Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
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 U.S. Army Contracting Command – Red River Army Depot (ACC-RRAD) has issued a Commercial Solutions Opening (CSO) (W911RQ-26-S-C001) to modernize its Organic Industrial Base (OIB). This continuously open solicitation seeks innovative commercial items, technologies, and services to enhance capabilities in areas like Agile/Flexible Facilities, Advanced Manufacturing, and Automation. The CSO remains open until September 30, 2026, with specific Areas of Interest (AoIs) having individual submission deadlines.
Purpose & Scope
The Army aims to accelerate the OIB's capability to deliver advanced solutions to Warfighters by modernizing its infrastructure and processes. This includes investments in producibility and advanced manufacturing, collectively termed "Convergent Manufacturing," covering digital enterprise, Digital Twin, automation, and cybersecurity. The CSO utilizes streamlined DFARS Subpart 212-70 procedures for competitive procurement of innovative commercial solutions from both traditional and non-traditional defense contractors.
Key Areas of Interest (AoIs)
Several specific AoIs have been released under this CSO, each with distinct requirements and deadlines:
- Fixture Removal BFVS Hull (A001): Innovative systems for faster, safer, and repeatable fixture removal from Bradley Fighting Vehicle System (BFVS) hulls. Due: November 20, 2025.
- AS9100 Standard Certification (A003): Strategic partner to guide RRAD through AS9100 certification, including gap analysis, QMS implementation, and audit preparation. Due: November 20, 2025.
- Power Pack Interface & Test Sets (A005): Design, manufacture, and install two Power Pack Interface & Test Sets for Bradley, MLRS, and AMPV to improve testing and reduce costs. Due: December 31, 2025.
- Track Pin and Bushing Manufacturing (A004): Develop a new process for organic manufacturing of tracked military vehicle track pins and bushings at RRAD. Due: December 31, 2025.
- Domestic Component Manufacturing + OIB-Sited Scalable Production (A007): Advanced manufacturing solutions for domestic component production and OIB-sited scalable production, focusing on critical materials and sUAS components. Due: January 29, 2026.
- Camera Monitoring System (A002): Solutions to replace or refurbish the existing camera monitoring system at the RRAD vehicle test track. Due: January 31, 2026.
- Supplemental Labor Management (A008): Centralized, efficient, and agile management of supplemental labor across multiple depots and arsenals. Due: February 25, 2026.
- Media Blasting Booth Upgrade (A006): Innovative solutions for upgrading an existing blast booth with an auger and elevator system to improve media reclamation and automated recycling. Due: February 26, 2026.
Contract Details
Awards will be fixed-price (including fixed-price incentive fee) and follow FAR Part 12 Commercial Item Procedures. The period of performance for individual solutions is generally no greater than 12 months. The government is not obligated to make an award, and awards are subject to fund availability and successful negotiations.
Submission & Evaluation
The CSO employs a phased evaluation process:
- Solution Brief: Submission of a written brief (max 5 pages or 15 slides) detailing the company, technology concept, and Rough Order of Magnitude (ROM) price.
- Presentation/Pitch (if applicable): Invited companies present technical and business viability.
- Commercial Solution Proposal (CSP): Invited companies submit detailed technical and price proposals. Evaluation factors include responsiveness, technical merit, funding availability, relevancy, uniqueness, risk, viability, performance schedule, and price fairness.
Eligibility & Set-Aside
This opportunity has no specific set-aside. Both traditional and non-traditional defense contractors, including small businesses and foreign-owned businesses (independently or teaming), are eligible. Companies must be registered in SAM.gov to receive an award.
Points of Contact
- CSO Inbox: usarmy.rrad.acc.mbx.cso@army.mil
- Jacob Horn (AoI POC): jacob.j.horn.civ@army.mil
- Christopher Johnston (Contracting Officer): christopher.l.johnston20.civ@army.mil