BOSS Software Maintenance
ID: 832572044Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to procure annual software maintenance for the BOSS systems from Tactical Communications Group, LLC. This procurement involves a sole-source contract for a Gold Product Support Plan covering two specific BOSS systems, which includes extended maintenance for hardware and software, unlimited help desk assistance, and one site visit for up to three days. The contract will operate on a Firm-Fixed-Price basis, with a base year starting March 11, 2024, and three optional 12-month extensions, emphasizing the critical nature of ongoing technical support in defense operations. Interested parties may submit capability statements to the primary contact, Monica Hinkle, at monica.l.hinkle2.civ@mail.mil, within 7 business days of this notice.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 4:10 PM UTC
The document outlines the requirements for a federal contract involving the procurement of a Gold Product Support Plan for two BOSS systems (ID# TCG1020 & TCG1021) from Curtiss-Wright's Tactical Communications Group. The contract includes multiple performance periods, ranging from April 21, 2025, to March 10, 2029, with a strict total delivery date for all items set for April 21, 2025. The support plan encompasses extended maintenance for hardware and software, including one year of product support, unlimited help desk assistance, and one site visit for up to three days. It mandates delivery to the Joint Interoperability Test Command (JITC) at Fort Huachuca, AZ, with no partial deliveries accepted. The document requires detailed contractor contact information, including Point of Contact (POC) names, emails, and phone numbers. Each proposed contract line item (CLIN) states quantities, unit prices, and product specifications, highlighting the emphasis on warranty and software updates. The overall purpose of the document is to facilitate procurement through structured requirements, ensuring compliance with federal contracting processes for ongoing technical support in defense operations.
The Defense Information Systems Agency (DISA) plans to negotiate a sole-source contract with Tactical Communications Group, LLC for annual software maintenance of Curtiss-Wright software. This contract consists of a base year and three optional 12-month extensions, as Tactical Communications Group is identified as the only source capable of meeting the agency's requirements under 10 USC 2304 (c)(1). Interested parties may submit capability statements within 7 business days, but this notice does not constitute a request for proposals, and a solicitation will not be posted due to the sole-source nature of the contract. The relevant North American Industry Classification System (NAICS) code is 541519, which corresponds to Other Computer Related Services. The upcoming contract (HC102824P0056) will operate on a Firm-Fixed-Price basis from March 11, 2024, to March 10, 2025. Points of contact for further inquiries are provided. This document serves as an official intent notice to potential contractors while emphasizing the unique service that Tactical Communications Group provides.
Lifecycle
Title
Type
BOSS Software Maintenance
Currently viewing
Sources Sought
Similar Opportunities
DCSS 20 Inch Display Refresh
Buyer not available
The Department of Defense, specifically the Strategic Systems Programs office within the Department of the Navy, is planning to procure a Basic Ordering Agreement (BOA) Order to refresh the Display and Control Subsystem (DCSS) 101 Console display. This procurement involves the delivery of an obsolescence refresh program plan, a Technical Data Package (TDP), and documentation for in-progress reviews, all to be executed in accordance with relevant Ordnance Directives and Technical Program Management processes. The contract will be awarded on a sole source basis to General Dynamics Mission Systems (GDMS) due to their unique capabilities and expertise as the sole manufacturer of the Trident (II) D5 Strategic Weapon System Fire Control System. Interested subcontractors may reach out to GDMS's Small Business Liaison, Ms. Alexis Petro, at alexis.petro@gd-ms.com for potential opportunities. For further inquiries, contact Bina Russell at bina.russell@ssp.navy.mil or by phone at 202-451-3193.
SOLE SOURCE – CMM-MANAGER SOFTWARE
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure software maintenance services for CMM-Manager software, which is critical for inspection operations within the Navy. The procurement includes licenses for various CMM-Manager products, with specific part numbers and dongle serial numbers, and extends service periods through December 2029, allowing for optional renewals based on funding and equipment status. This sole-source procurement is directed to Omni-Tech Calibration Services due to brand-specific requirements, although other vendors may submit capability statements for consideration. Interested parties must submit their offers via email to Trista Ray by April 16, 2025, at 4:00 PM Eastern Time, and ensure they are registered in the System for Award Management (SAM).
70--CROSS DOMAIN SERVER
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 27 units of the CROSS DOMAIN SERVER, specifically the spare part NSN 1RM 7010 016685568, from Marotta, the Original Equipment Manufacturer (OEM). This procurement is critical as it involves the acquisition of a unique server component necessary for operational support, with no alternative sources available due to the lack of data rights for competitive procurement. Interested vendors are encouraged to submit capability statements or proposals within 45 days of this notice, with the anticipated award date set for July 2025. For inquiries, contact Michael J. Brown at (215) 697-3765 or via email at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL.
SIRSI Dynix Software Maintenance Renewal NIPR/SIPR
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the renewal of SirsiDynix software maintenance for both NIPR and SIPR environments. This procurement aims to secure annual maintenance services for the SirsiDynix Symphony software, which is crucial for managing library records, digital file management, and maintaining an online reference catalog that supports the Tech Division's classified library system related to EOD 60-series publications. The contract will cover multiple components, including software extensions and annual subscriptions, with a performance period from April 1, 2024, to March 31, 2025, and options for two additional years. Interested vendors must respond by April 16, 2025, at 10 AM EST, and should direct their inquiries and submissions to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
2025 US and UK Weapon Control Systems Spares and Special Support Equipment
Buyer not available
The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs, is seeking to procure weapon control system spares and special support equipment for the U.S. and U.K. This procurement involves a Basic Ordering Agreement (BOA) Order to General Dynamics Mission Systems (GDMS) for spare parts related to the Fire Control System (FCS) Auxiliary System, including the Strategic Weapons System Maintenance Information Network (SWSMIN) and associated support equipment. The contract will be awarded on a sole source basis due to GDMS being the only manufacturer with the necessary expertise and capabilities for the Trident (II) D5 Strategic Weapon System. Interested subcontractors can reach out to GDMS's Small Business Liaison, Ms. Alexis Petro, at alexis.petro@gd-ms.com for potential opportunities. For further inquiries, contact Bina Russell at bina.russell@ssp.navy.mil or by phone at 202-451-3193.
70--DATA SERVER 2U, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking to procure five units of a Data Server 2U for repair and modification purposes. This procurement is limited to approved sources only, as the government does not own the necessary data or rights to purchase or contract repair from additional sources, making it uneconomical to reverse engineer the part. The contract will be awarded based on compliance with MIL-I-45208A inspection standards, and interested parties are encouraged to express their interest and capability to meet the requirement within 15 days of this notice. For further inquiries, interested vendors can contact Jordan Burt at (717) 605-1318 or via email at jordan.burt@navy.mil.
Mission Planning Software Offutt AFB, Nebraska
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure mission planning software and related services for four E-4B USAF aircraft based at Offutt AFB, Nebraska. The contract will be awarded solely to Boeing Digital Solutions, Inc., which possesses proprietary software and the necessary crew dispatch capabilities as outlined in the Statement of Work (SOW). This procurement is critical for ensuring 24/7 mission planning and execution support, including accurate flight routing, threat avoidance, and emergency response for high-priority operations. Interested offerors must submit their proposals by April 24, 2025, and should direct any inquiries to Mr. Tyler Imhoff or Mr. Daniel Kuchar via their provided email addresses.
ProCast Casting Simulation Software
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to procure ProCast Casting Simulation Software on a sole-source basis from ESI North America, Inc. This procurement is essential for the Norfolk Naval Shipyard's operations, specifically for designing and simulating propeller castings, which are critical to the Navy's non-ferrous casting processes. The total estimated cost for this acquisition is $564,420, covering both the base year and an option year, with offers due by 11:00 AM on April 11, 2025. Interested parties may contact Betty Burris at betty.a.burris4.civ@mail.mil for further details and to express their interest in providing the software.
E4B Contactor Logistics Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to extend a sole-source contract with Boeing Company for Contractor Logistics Support (CLS) related to the E-4B National Airborne Operations Center aircraft. The contract modification aims to provide comprehensive support, including program management, aircraft depot maintenance, supply chain management, and field service representatives, ensuring the operational readiness of this critical military asset for U.S. strategic command and control functions. The total budget ceiling for this contract is set at $4.2 billion, with a performance period from December 1, 2025, to May 31, 2036, and interested parties are encouraged to submit capability statements, although funding is currently unavailable. For further inquiries, contact Amanda Jones at amanda.jones.39@us.af.mil.
Alternate BDOC
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the procurement of security systems services to Prometheus Security Group, Inc. This contract, titled "Alternate BDOC," involves the acquisition of various specialized equipment, including client workstations, motion sensors, and alarm contacts, which are critical for the operation of Barksdale Air Force Base's Base Defense Operations Center. The procurement is justified as a sole source due to the complexity of the existing communication systems integrated with Vindicator Technology, necessitating specialized technical knowledge. Interested parties may submit capability statements or proposals for future acquisitions, and inquiries should be directed to SrA Darrell Gomba at darrell.gomba@us.af.mil or SrA Alisia Davis at alisia.davis@us.af.mil.