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
Tinker Air Force Base Operations Support Service (TAFB BOSS)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the Tinker Air Force Base Operations Support Service (TAFB BOSS) under solicitation number FA8137-25-R-0004. Bidders are required to submit a Firm Fixed-Price/Cost Reimbursable price bid in accordance with the solicitation, which includes specific instructions, evaluation factors, and a pricing matrix. This contract is crucial for maintaining operational efficiency at Tinker AFB, emphasizing the importance of compliance with accounting system requirements and cybersecurity assessments as outlined in the solicitation. Interested bidders must submit their price bids by May 5, 2025, at 4:00 PM Central via DoD Safe, and can direct inquiries to primary contact Burl Sellers at burl.sellers@us.af.mil or secondary contact Darian Permetter at darian.permetter@us.af.mil.
Approved Products Certification (APCO) and Transport Services (IE) support services
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), intends to negotiate a sole-source contract with enGenius Consulting Group, Inc. for Approved Products Certification (APCO) and Transport Services (IE) support services. This procurement aims to ensure the continuity of mission-critical services that oversee the approval of communication equipment for the Department of Defense Information Network (DODIN), enhancing interoperability and cybersecurity certification processes. The contract is particularly significant as it supports the DoD's acquisition of communication equipment and includes maintaining the DODIN Approved Product List (APL) and its Integrated Tracking System. The contract period is set from February 3, 2024, to May 2, 2025, and interested parties must submit their capability statements within 15 days of this notice. For further inquiries, contact Shamra Y. Joiner at shamra.y.joiner.civ@mail.mil or call 618-418-6198.
Spectrum Information System (SIS) Sustainment and Enhancement
Buyer not available
The Defense Information Systems Agency (DISA) is seeking proposals for the Spectrum Information System (SIS) Sustainment and Enhancement project, aimed at maintaining and enhancing critical software capabilities within the Global Electromagnetic Spectrum Information System (GEMSIS). The procurement involves sustaining existing operational capabilities, expanding software architecture, and integrating data analytics to support the Department of Defense's (DoD) spectrum operations. This initiative is vital for ensuring the operational readiness and effectiveness of DoD systems, facilitating strategic and tactical electromagnetic spectrum operations. Interested small businesses must submit their Phase One proposals by 12:00 PM ET on April 3, 2025, with a total contract ceiling of $62,364,899 and a minimum guaranteed award of $5,000. For further inquiries, contact Quin Conerly-Anderson at quin.s.conerly-anderson.civ@mail.mil or Ramona Lin at ramona.y.lin.civ@mail.mil.
Notice of Intent to Award Sole Source - Redline Tower Maintenance
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Aberdeen Proving Ground, intends to award a sole-source contract for maintenance services of the Redline Communications Network to Future Technologies Venture, LLC, based in Suwanee, Georgia. This contract, which spans twelve months, includes two annual preventative maintenance visits, the replacement of transmission lines, connectors, and lightning arrestors, as well as critical emergency maintenance and the decommissioning of existing Redline equipment across six towers. The maintenance services are vital for ensuring the optimal performance of communication infrastructure, which is essential for military operations. Interested parties may submit capability statements by April 30, 2025, and should direct inquiries to Neil Mendiola at neil.s.mendiola.civ@army.mil or Lynette FairBanks de la Viega at lynette.j.fairbanksdelaviega.civ@army.mil.
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.
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.
Project Manager Support Services for Defensive Cyber Operations
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking experienced small businesses to provide Project Manager Support Services for Defensive Cyber Operations (DCO). The primary objective is to augment government personnel with advisory and assistance support to enhance the Army's cyber capabilities, ensuring robust defenses against malicious cyber activities that threaten data and network integrity. This initiative is critical for maintaining operational readiness and safeguarding Department of Defense systems, with a performance period anticipated from January 14, 2027, to January 13, 2032, primarily at Fort Belvoir, Virginia, and Fort Eisenhower, Georgia. Interested parties should contact Talitha Schmelzer at talitha.k.schmelzer.civ@mail.mil or call 667-891-5295 for further details, as the notice serves to gather information and does not constitute a solicitation for contract awards.
SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to establish a Basic Ordering Agreement (BOA) for engineering support and sustainment services related to the AN/AAQ-30 series of Target Sight Systems (TSS). The procurement aims to secure Contractor Support Services (CSS), Interim Sustainment Support (ISS), system upgrades, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique expertise and resources. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order value of $3.5 million, and the anticipated award date is July 30, 2025. Interested parties can direct inquiries to Charlene Warren at charlene.r.warren.civ@us.navy.mil or by phone at 812-381-7139.
Notice of Intent to Sole Source
Buyer not available
The Department of Defense, specifically the Department of the Air Force, has issued a Notice of Intent to Sole Source for the upgrade of the Command and Control Dispatch System at the Colorado Springs Regional Command Post located at Peterson Space Force Base, Colorado. This procurement involves acquiring both hardware and software to implement Unify OpenScape, which is essential for meeting operational requirements. The sole source justification is based on the unique qualifications and proprietary technology of the selected supplier, ensuring compatibility with existing systems. Interested parties can reach out to Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details regarding this opportunity.
Best Source Selector
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Best Source Selector (BSS) unit to enhance data selection capabilities at the White Sands Missile Range. The contractor will be required to deliver one complete, functional BSS unit that meets specific technical specifications, including a 19-inch rack mount chassis and the ability to handle 16 input channels, all manufactured in the U.S. This procurement is critical for improving test and evaluation capabilities for future military operations, reflecting the Air Force's commitment to technological excellence. Interested vendors must submit their quotes by May 2, 2025, and can contact Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil for further information.