Joint Interoperability of Tactical Command and Control Systems (JINTACCS) Software Development and Sustainment (SDS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Information Systems Agency (DISA), Emerging Technologies organization, has issued a Sources Sought Notice to identify small businesses capable of providing software development and sustainment for the Joint Interoperability of Tactical Command and Control Systems (JINTACCS). This effort focuses on the Tactical Data Link Configuration Management Tool (TCMT) and the United States Message Text Format (USMTF) – Web Application (WA). Responses are due by April 10, 2026, at 4:00 PM EDT.
Scope of Work
This requirement involves software development and sustainment for two critical systems:
- Tactical Data Link Configuration Management Tool (TCMT): A CM application for TDL MIL-STDs, generating MIL-STD-6017 VMF and JMTOP CJCSM 6120.01 documents. It replaces the legacy TDL Document System (TDS) and uses both COTS products and custom code.
- United States Message Text Format (USMTF) – Web Application (WA): An application supporting CM of MIL-STD-6040, used to update the MTF message catalog (over 300 message formats) which serves as the official source for DoD entities to convey non-real-time information.
Vendors should demonstrate experience in developing custom UIs, integrating COTS products (JAMA, mySQL, Kubernetes, Angular, NodeJS, NGINX), ETL processes, and system maintenance/sustainment in cloud environments (JWCC, AWS) across various platforms (RHEL, Windows Server, mySQL, MS SQL) and Impact Levels (IL4). Agile development (scrum) and experience with XML/NIEM are also key.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Period of Performance: September 2026 – September 2030
- Anticipated Place of Performance: Fort George G. Meade (FGGM) and contractor's location (within 50 miles of FGGM)
- NAICS Code: 541512 (Size Standard: $34 million)
- Previous Contract Vehicle: ENCORE III Small Business Suite
- Incumbent: AccelGov (Small Business)
- Response Due: April 10, 2026, 4:00 PM EDT
- Published: March 23, 2026
Submission & Evaluation
This is for informational purposes only and not a Request for Proposal. Interested small businesses (including SDB, 8(a), SDVOSB, HUBZone, WOSB) must submit a capabilities statement (max five pages) addressing the required capabilities. Responses will help DISA determine potential small business set-asides. Information on joint ventures or partnering is also requested. The draft Performance Work Statement (PWS) is Controlled Unclassified Information (CUI) and requires a formal access request.
Contact Information
- Primary: Yajie Kim (yajie.kim.civ@mail.mil, 667-891-6778)
- Secondary: Alvin Acevedo (alvin.acevedo3.civ@mail.mil)