Call for Solution - Acquisition Data Nexus (ADN) Initiative
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 Department of the Army, through the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) and the Assistant Secretary of the Army for Acquisition, Logistics, and Technology (ASA(ALT)) Chief Automation and Data Integration Office (CADIO), is seeking innovative solutions for its Acquisition Data Nexus (ADN) Initiative. This "Call for Solution" aims to modernize the Army's acquisition data management by establishing a secure, enterprise-wide data brokerage layer and an application/automation layer. Solution Briefs are due by February 27, 2026, at 1:00 PM ET.
Purpose & Scope
The ADN initiative addresses the Army's critical need to streamline and automate the integration, routing, and normalization of acquisition data from disconnected systems like PMRT, VCE, and ACWS. Current manual processes lead to inefficiencies and inconsistent data. The goal is to enable faster, more accurate decision-making for Portfolio Acquisition Executives (PAEs).
Solutions should focus on two main layers:
- Data Brokerage Layer: A secure, API-driven data backbone for seamless integration, flexible business rules, dynamic data orchestration, and potential AI integration. This layer should not include visualization or user-facing applications.
- Application and Automation Layer: Intuitive, PAE-specific business process tools that connect to the data brokerage layer, allowing PAEs to define unique workflows and automate tasks. Combined solutions covering both layers are also sought.
Contract Details
This Call for Solution utilizes Commercial Solutions Opening (CSO) procedures. The Government intends to award Firm-Fixed-Price (FFP) contract(s) under FAR Part 12, but reserves the right to award Other Transaction(s) (OT) for Prototype Project(s). The Product Service Code is DA10 (Support Services, Delivered As A Service Contract (SaaS or Subscription) for application development and business software). The place of performance is Aberdeen Proving Ground, MD.
Submission & Evaluation
- Submission Deadline: Solution Briefs are due by February 27, 2026, at 1:00 PM ET.
- Questions Deadline: Questions for Phase 1 are due by February 13, 2026, at 1:00 PM ET.
- Submission Method: Solution Briefs must be submitted via email to the Contracting/Agreements Officer and Specialist. Interested organizations should advise the Contracting Office via a Microsoft Forms link if they intend to submit.
- Evaluation Process: Up to three phases:
- Solution Brief: Written technical submission.
- Pitch Session: Technical demonstration for selected offerors.
- Solution Proposal: Full Request for Solution Proposal (RSP) for highly qualified offerors.
- Evaluation Criteria (Descending Order): Technical Merit, Schedule, Rough Order of Magnitude (ROM), and Intellectual Property (Data Rights).
- Eligibility: Resellers and academic research proposals are not desired. SAM registration is required for any award.
Additional Notes
Offerors are responsible for monitoring SAM.gov for amendments. Solution Briefs will be valid for 180 calendar days. The Government may down-select potential awardees and reserves the right to issue multiple awards or no awards.