TMSS - TRAINING MANAGEMENT SCHEDULING SYSTEM
ID: W91249-11911926Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT EISENHOWERFORT EISENHOWER, GA, 30905-5719, USA

NAICS

Software Publishers (513210)

PSC

IT and Telecom - End User as a Service: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (DE10)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract for the Training Management Scheduling System (TMSS) to Serco Inc. This procurement aims to provide the Cyber Center of Excellence (CCoE) with essential Help Desk support and patch updates for the TMSS, a web-based scheduling system designed to manage institutional training resources, including classrooms and instructors. The contract will be executed under the authority of 10 USC 2304(c)(1), which allows for non-competitive awards when only one responsible source is available. Interested parties must submit any evidence of competitive capability by September 19, 2024, or the contract will be awarded without further notice. For inquiries, contact Caroline R. Dallas at caroline.r.dallas.civ@army.mil or 706-791-1896.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Intent to Sole Source: Massachusetts Army National Guard Simtable
    Active
    Dept Of Defense
    The Massachusetts Army National Guard, under the Department of Defense, intends to award a sole source contract for the procurement of a Physical Interactive Simtable Sandtable, along with associated software and maintenance services, to be delivered to Joint Base Cape Cod. This specialized equipment is crucial for conducting realistic incident training scenarios, particularly focusing on wildfire incident management that may affect military training and adjacent civilian properties. The contract will be awarded to Simtable.com LLC, as no other comparable products were identified during extensive market research, and the solicitation is set for issuance on September 12, 2024, with proposals due by September 10, 2024, at 5:00 PM EST. Interested parties may submit capability statements to the primary contact, Melissa Melcher, at melissa.l.melcher2.civ@army.mil.
    L3 Harris T7 Multi-Mission Robotic system (T7) Platform
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal, is seeking proposals for a five-year firm-fixed-price contract to supply parts and services for the T7 Multi-Mission Robotic System Platform. This procurement aims to ensure the operational readiness of the T7 platform by providing essential repair, maintenance, and technical support services, specifically targeting L3 Harris Technologies, Inc. The contract, identified as W912CH-24-R-0134, is issued under limited competition authority and includes detailed requirements for hardware delivery, compliance with federal regulations, and adherence to security protocols. Proposals must be submitted electronically by October 10, 2024, with inquiries directed to Katherine Klein at katherine.d.klein2.civ@army.mil or Maj. Safiul Alam at safiul.m.alam.mil@army.mil.
    SOLE SOURCE NOTICE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Controlled Environment Systems LLC for specialized services. This procurement is being conducted under FAR 6.302-1, which allows for sole source contracts when only one source is deemed capable of fulfilling the requirements. The services sought are critical for the maintenance and repair of commercial and industrial machinery and equipment, ensuring operational readiness and efficiency. Interested parties may challenge this sole source determination by submitting written information to Nichole Stevens at nichole.stevens@navy.mil, as the Government will consider such challenges in deciding whether to compete the requirement.
    DA10--INTENT TO SOLE SOURCE Software Technical Support Service National CMOP (770) FY25 Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a Sole Source contract to Paragon Technologies, Inc. for Software Technical Support Services related to the A-frame DispensSImatic software utilized in the National Consolidated Mail Outpatient Pharmacy (CMOP). This procurement aims to provide comprehensive technical support, including maintenance, analysis, and 24/7 consultation for four CMOP facilities located in Chelmsford, MA; Tucson, AZ; Murfreesboro, TN; and Hines, IL, ensuring the efficient operation of the proprietary software that integrates with existing production systems. The contract will be structured as a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity agreement, covering a Base Year and four option years. Interested parties may contact Contracting Specialist Wade Cunningham at wade.cunningham@va.gov or 913-758-9933 to express their capabilities for similar future opportunities, with a response deadline set for September 20, 2024, at 14:00 Central Time.
    Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, and Management Support (TRMS) contract. This procurement aims to provide comprehensive flight training and maintenance services to enhance the operational readiness of special operations aviation units, specifically supporting the U.S. Army Special Operations Aviation Command (USASOAC) and the 160th Special Operations Aviation Regiment (160th SOAR). The contract will cover a base period of 12 months with options to extend for up to four additional years, emphasizing the importance of maintaining high standards in military training and operational support. Interested parties should direct inquiries to Maegan Castro or Justin Burke via the provided email addresses, with proposals due by October 21, 2024.
    AUTOCAD SOFTWARE SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract to DLT Solutions, LLC for technical support and annual software maintenance of Autodesk software products. This procurement includes multiple annual subscriptions and support services, as DLT Solutions, LLC is the exclusive provider of Autodesk software support under the Department of Defense ESI program. The acquisition will be conducted under Simplified Acquisition Procedures and Commercial Items regulations, and while this is not an open solicitation for competitive quotes, interested parties are encouraged to submit capability statements to the designated contact, Melissa Hoffman, at melissa.hoffman4.civ@army.mil by the specified deadline. The procurement aims to streamline the process while ensuring compliance with federal regulations.
    Control Layer Assessment Workstation (CLAW) software Subscription
    Active
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, intends to issue a sole source contract to Technology Advancement Center Inc. for the Control Layer Assessment Workstation (CLAW) software subscription. This procurement is justified under FAR 6.302-1, as TAC is the sole distributor of CLAW technology and is deemed the only responsible source capable of fulfilling the agency's needs. The CLAW software is critical for the Department's operational assessments, and the government is considering a subscription period of three months for access to this essential tool. For further inquiries, interested parties may contact Pamela Odhiambo at pamela.w.odhiambo.civ@mail.mil or Cynthia Vass-Lassiter at cynthia.j.vass-lassiter.ctr@mail.mil.
    National Training Center (NTC) Mission Support Services (MSS) Recompete Effort
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command Orlando, is seeking qualified contractors to provide Mission Support Services (MSS) for the National Training Center (NTC) at Fort Irwin, California. The MSS will encompass a range of services including advisory support, technical expertise, access control operations, After Action Reviews (AARs), and live, virtual, and constructive simulation support, aimed at enhancing the training effectiveness for Brigade Combat Teams (BCTs). This contract is critical for ensuring operational readiness and mission success, with a projected award date in October 2025 and an anticipated contract structure including one base year and four option years. Interested businesses must submit a capability statement by 4:00 PM EDT on October 1, 2024, to Cedrica Daniels at cedrica.daniels.civ@army.mil.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Active
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    Contractor Logistics Support (CLS) Solicitation Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Detroit Arsenal, intends to issue a sole-source procurement for Contractor Logistics Support (CLS) to IST Visility LLC JV, an 8(a) small business. The contract, which is a three-year, cost-plus-fixed-fee arrangement, aims to enhance the combat capability of the Stryker Brigade Combat Team (SBCT) by providing essential logistics support, including initial fielding, reset, reissue, repairs, and maintenance of Stryker vehicles across various locations. This procurement is critical for ensuring the operational readiness and effectiveness of military assets, with a focus on compliance with federal acquisition regulations and security protocols. Interested parties can reach out to primary contact Cymone Jackson at cymone.n.jackson.civ@army.mil or secondary contact MAJ Joshua Reynolds at joshua.s.reynolds5.mil@army.mil for further information.