CUMULOCITY SOFTWARE, INTEGRATION, AND SUPPORT
ID: W519TC25P2230Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - IT MANAGEMENT TOOLS/PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7F20)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island (ACC-RI), is seeking a sole-source contract for Cumulocity software, integration, and support services from FGR Automation, LLC. This procurement is essential for maintaining the functionality of existing manufacturing devices at the Rock Island Arsenal Joint Manufacturing and Technology Center (RIA-JMTC), which rely on this specific software. The contract, which will be firm-fixed price and funded through Army Working Capital funds, is justified due to the lack of effective market competition and the unique requirements of the Cumulocity software, making FGR Automation the only viable source. Interested parties can reach out to Lynn Baker at lynn.d.baker8.civ@army.mil for further information.

Point(s) of Contact
Files
Title
Posted
The document outlines a justification and approval for a contract needed by the U.S. Army Contracting Command – Rock Island (ACC-RI) for Cumulocity software maintenance and support. The Rock Island Arsenal Joint Manufacturing and Technology Center (RIA-JMTC) requires this contract with FGR Automation, LLC, the authorized regional reseller in Illinois, because their existing manufacturing devices depend on this specific software. The contract will be firm-fixed price and is to be funded through Army Working Capital funds. Due to the unique requirements for the Cumulocity software, no effective market competition was found. Limited sources were identified, and previous requests for quotes yielded no responses from other contractors. The Army expects efficiency from FGR due to their familiarity with the product. The procurement is deemed necessary to avoid additional, costly expenses associated with seeking alternatives and to leverage existing investments in Cumulocity. The document emphasizes that the lack of competing vendors justifies the use of a restricted procurement process according to federal acquisition regulations. Efforts to stimulate competition were unsuccessful, leading to FGR being the sole recommended source for this service.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Arm Assembly - Lift B
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of an Arm Assembly - Lift B, under solicitation number W519TC25Q2234. This opportunity is a total small business set-aside, requiring vendors to provide a firm fixed price quote that meets the specifications outlined in the request for quotation (RFQ), with the lowest priced, responsive, and responsible vendor expected to be awarded the contract. The Arm Assembly is crucial for military operations, and the selected contractor must ensure timely delivery to the Rock Island Arsenal in Illinois, adhering to strict submission guidelines and safety regulations. Quotes are due by 6 PM CST on April 30, 2025, and interested parties should direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
Cradle Liner
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting bids for the procurement of a Cradle Liner, a critical component in military applications. The contract will be awarded as a firm-fixed price to the lowest priced, responsive, and responsible vendor, with an emphasis on timely delivery and compliance with detailed shipping and inspection requirements. This solicitation reflects the government's commitment to transparency and support for small businesses, with strict adherence to federal regulations and safety protocols at the Rock Island Arsenal. Interested vendors must submit their quotes by 6 PM CST on May 1, 2025, and can direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
ACC APG Tenant Division Competitive/Fair Opportunity Industry Updates FY 2025
Buyer not available
The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing updates on competitive acquisition opportunities for fiscal year 2025. This initiative aims to enhance communication between ACC-APG, mission partners, and industry stakeholders, with a focus on various procurement needs including construction, support services, and specialized equipment. Key projects include a $100M - $110M Post-Wide Minor Construction Recompete, a $12M - $15M Forestry Management Support Services contract, and a $5.5M contract for the DEWESOFT Sirus Data Acquisition System, among others. Interested vendors are encouraged to direct their inquiries to Ms. Yadira Colon at yadira.i.colon.civ@army.mil, with updates and additional information to be posted regularly. All procurement opportunities are subject to change, and no formal proposals should be submitted at this stage.
GE Digital iFIX License Renewal
Buyer not available
The U.S. Army Corps of Engineers (USACE) is planning to award a sole-source contract for the renewal of the GE Digital iFIX software license, along with technical support and version upgrades. This procurement is essential for maintaining a consistent and compatible SCADA and Historian software system across various federal power plants, particularly for monitoring and controlling operations at hydropower facilities. The contract will be awarded to CB Pacific Inc., as the GE iFIX software is proprietary and critical for the existing infrastructure, ensuring seamless operation and data collection. Interested parties must submit capability statements by 3:00 PM Pacific Time on May 1, 2025, to the contracting officer, Meagan Moralez, at meagan.n.moralez@usace.army.mil, as no solicitation will be posted.
ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of August 2024
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is announcing various contracting opportunities related to the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives as of August 2024. These opportunities encompass a range of requirements focused on Research, Development, Test & Evaluation (RDT&E) in areas such as Electronic Warfare, Cyber capabilities, and advanced technology integration, aimed at enhancing military operational readiness and effectiveness. The initiatives are critical for advancing the U.S. Army's capabilities in increasingly complex combat environments, with contract values ranging from under $25 million to over $500 million, and various opportunities available for both competitive and sole-source acquisitions. Interested parties can reach out to Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further information.
ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of November 2024
Buyer not available
The Department of Defense, through the Army Contracting Command (ACC-APG), is seeking industry partners for various contracting opportunities related to the C5ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance) program, with a focus on research, development, and support services in electronic warfare and advanced technologies. The procurement aims to enhance military capabilities through innovative solutions in areas such as Cyber and Electronic Warfare, technology-enabled analytics, and systems integration, aligning with the Army's modernization efforts. These contracts, which may range in value from under $25 million to over $500 million, will be awarded through a competitive process, with key deadlines and specific requirements outlined in the associated documents. Interested parties can contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further information.
ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES March 2025
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry partners for various research and development opportunities under the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives, with a focus on enhancing military capabilities through innovative technologies. The procurement encompasses a range of projects aimed at advancing electronic warfare, cyber capabilities, and systems integration, with contract types primarily being Cost Plus Fixed Fee (CPFF) and estimated values ranging from under $25 million to over $500 million. These contracts are crucial for modernizing the Army's operational effectiveness and addressing evolving defense needs, with ongoing solicitations encouraging participation from both small and large businesses. Interested contractors can reach out to Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details and to stay informed about upcoming opportunities.
ACC APG Installation & Technology Division (Formerly Tenant Division) Competitive/Fair Opportunity Industry Updates FY 2025
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is announcing a series of contracting opportunities for small businesses, particularly those eligible under the 8(a) Small Business Set-Aside program, for Fiscal Year 2025. The opportunities include a recompete for post-wide minor construction services estimated at $100M-$110M, environmental forestry management services valued at $12M-$15M, and stormwater management facilities maintenance with an estimated worth of $20M-$24M, among others. These contracts are crucial for supporting the varied service needs of military installations while ensuring compliance with federal regulations. Interested parties should note that these postings are for informational purposes only, and formal proposals should not be submitted until official solicitations are announced; for further inquiries, contact Yadira Colon at yadira.i.colon.civ@army.mil.
INTENT TO SOLE SOURCE - Xylem (Godwin) Field Smart Technology module
Buyer not available
The U.S. Army Corps of Engineers, Rock Island District, intends to award a sole source contract for the procurement of Xylem (Godwin) Field Smart Technology modules, which will include on-site installation on various sizes of Godwin Diesel Pumps located in Pleasant Valley and Johnston, Iowa. This procurement is essential for enhancing the operational efficiency and functionality of the pumping equipment, which is critical for various engineering and environmental projects managed by the Corps. Interested firms that believe they can meet the requirements are encouraged to submit a capability statement to the Contracting Officer, Allison Longeville, by September 26, 2024, at 10:00 AM Central Time. For further inquiries, potential bidders can reach out via email at Allison.A.Johnson@usace.army.mil.
FY 25 U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) Headquarters, Field, & Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
Buyer not available
The U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) is seeking innovative commercial solutions through a Commercial Solutions Opening (CSO) aimed at enhancing the Army's modernization efforts. This opportunity invites both traditional and nontraditional defense contractors to propose solutions that improve Army sustainment capabilities, focusing on areas such as supply chain innovation, maintenance technologies, and sustainment analysis studies, leveraging advancements in artificial intelligence, robotics, and data analytics. The CSO process includes multiple phases, starting with a solution brief submission, and is open until September 30, 2025, with evaluations based on technical merit and responsiveness to areas of interest. Interested parties can contact Carmen Madere at carmen.m.madere.civ@army.mil or Daniel Magar at daniel.e.magar.civ@army.mil for further information.