Area of Interest (AOI) for Secure Mobile Device Communications (SMDC) Prototype Other Transaction (OT)

SOL #: DISA-OTA-26-R-SMDCSolicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Information Systems Agency (Disa)
IT CONTRACTING DIVISION - PL84
SCOTT AFB, IL, 62225-5406, United States

Place of Performance

St James, MD

NAICS

Other Computer Related Services (541519)

PSC

Support Services For Activities Involved With Application Development And Support To Include Analysis, Design, Development, Coding, Testing, And Release Packaging, As Well As Support Of Off The Shelf Business Applications. (DA01)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 2, 2026
2
Last Updated
Apr 2, 2026
3
Submission Deadline
Apr 20, 2026, 4:00 PM

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) is seeking innovative solutions for a Secure Mobile Device Communications (SMDC) Prototype Other Transaction (OT). This Area of Interest (AOI) aims to develop a user-friendly, "all-in-one" Retransmission Device (RD), such as a sleeve or integrated case, that meets CSfC MACP v2.7 requirements internally while appearing inconspicuous. The goal is to eliminate external cables, reduce logistical burdens, and enhance tactical mobility for DoD users. Solution Briefs are due April 20, 2026, at 11:00 a.m. CDT.

Scope of Work

DISA requires the development of a prototype Retransmission Device (RD) with an "all-in-one" form factor, ideally a sleeve or integrated case. This device must meet or exceed CSfC MACP version 2.7 requirements for a hardwired connection internally, while minimizing physical footprint and visual signature. The RD should support current and future approved DoD mobile devices (e.g., Samsung Galaxy S25/S26) and comply with CSfC and NIAP requirements, with components on the CSfC Components List and NIAP validated. Key technical requirements include:

  • Adherence to Supply Chain Risk Management principles and Trade Agreements Act.
  • Domestic manufacturing and assembly, complying with ITAR.
  • Modem chips compliant with Section 889(a)(1)(A)&(B) of the FY19 NDAA.
  • Unlocked 4G/LTE wireless transport (prototype), with 5G support desired for future versions.
  • Support for 802.11 a/b/g/ac (Wi-Fi 6E/7) transport options; prototype must demonstrate Wi-Fi connectivity only.
  • Connectivity chip physically distinct from the main processor.
  • Desired capabilities: outer VPN with independent cryptographic key store, and CNSA Suite 2.0 Profile for IPSEC. The solution must also include full lifecycle support (planning, procurement, deployment, sustainment, secure disposal) and be administered via a centralized, cloud-based platform authorized at FedRAMP High and/or DISA Impact Level 6. Secure, over-the-air firmware updates and remote monitoring/reporting are also required.

Contract & Timeline

  • Type: Other Transaction (OT) under Commercial Solutions Opening (CSO) procedures, pursuant to 10 U.S.C. § 4022.
  • Anticipated Prototype Cost: $500,000 to $850,000 for 20 devices over a 6-month period.
  • Period of Performance: Proposals with a performance period of six months or less are ideal.
  • Eligibility: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is required for the prototype project, with CMMC Level 3 (C3PAO) required for follow-on production. Companies must have current CMMC status entered in SPRS.
  • Solution Briefs Due: April 20, 2026, 11:00 a.m. CDT.
  • Published Date: April 2, 2026.

Evaluation & Submission

Solution Briefs will be evaluated based on their merits, innovation, and feasibility. Preference will be given to submissions demonstrating existing, reference-verifiable commercial ability or existing products adaptable with minimal non-recurring engineering. Submissions, including the required "Affirmation of Business Status Certification," must be sent to disa.scott.ditco.mbx.ps84-other-transaction-authority@mail.mil.

Additional Notes

This AOI and any awarded OT are not subject to the Federal Acquisition Regulations (FAR). Successful prototypes may lead to follow-on production contracts or transactions without further competitive procedures.

People

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Apr 2, 2026
Version 1
Solicitation
Posted: Apr 2, 2026
View