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, specifically the ACC-APG DC3oE on behalf of the ASA(ALT) CADIO, is seeking innovative solutions for its Acquisition Data Nexus (ADN) Initiative. This Call for Solution aims to modernize the Army's acquisition data environment by establishing a secure, enterprise-wide data brokerage layer and an application/automation layer. The Government intends to award Firm-Fixed-Price (FFP) contracts under FAR Part 12, or Other Transactions (OT) for Prototype Projects under 10 U.S.C. § 4022, utilizing Commercial Solutions Opening (CSO) procedures. Solution Briefs are due by February 27, 2026, at 1:00 PM ET.
Purpose & Scope
The ADN initiative addresses the Army's need to streamline and automate the integration, routing, and normalization of acquisition data across disconnected systems (e.g., PMRT, VCE, ACWS). The goal is to replace manual processes with a modern, layered architecture that supports faster, more accurate decision-making for Portfolio Acquisition Executives (PAEs).
Solutions are sought for two main layers:
- Data Brokerage Layer: A secure, API-driven data backbone for seamless, bidirectional integration with authoritative Army systems. It must be deployable in cARMY environments, meet DoD Impact Level 5 (IL5) security, integrate with Army ICAM, enforce flexible business rules, support dynamic data orchestration, and be scalable. This layer should not include visualization or user-facing applications.
- Application and Automation Layer: An intuitive interface for PAEs to define and implement business processes and workflows without extensive technical expertise. It must also be deployable in cARMY environments, meet DoD IL5 security, be flexible, connect to the data brokerage layer, support workflow automation, and provide relevant data visibility with access controls. Innovative AI capabilities are desired for both layers.
Combined solutions integrating both layers are also sought.
Contract & Submission Details
- Contract Type: Firm-Fixed-Price (FFP) under FAR Part 12, or Other Transactions (OT) for Prototype Projects under 10 U.S.C. § 4022.
- Procedures: Commercial Solutions Opening (CSO).
- Set-Aside: None specified.
- Submission Deadline: February 27, 2026, 1:00 PM ET.
- Submission Method: Solution Briefs via email to the Contracting/Agreements Officer and Specialist. Offerors are encouraged to advise the Contracting Office via a Microsoft Forms link if they intend to submit.
- Required Attachment: Appendix A, "Affirmation of Business Status Certification (ABSC)," must be completed, detailing business status (Nontraditional Defense Contractor, Nonprofit Research Institution, or Traditional Defense Contractor) and explaining how 10 USC 4022(b)(d) requirements are met.
Evaluation Process
The evaluation involves up to three phases:
- Phase 1 - Solution Brief: A written technical submission evaluated on Technical Merit (primary), Schedule, Rough Order of Magnitude (ROM), and Intellectual Property (Data Rights).
- Phase 2 - Pitch Session: Selected offerors may be invited for a pitch session.
- Phase 3 - Solution Proposal: Highly qualified offerors may be invited to submit a full Request for Solution Proposal (RSP).
Key Clarifications & Notes
- Solutions for only one layer (Data Brokerage or Application/Automation) will be considered.
- Integration should primarily occur through the Data Brokerage Layer; direct connections to authoritative systems are not preferred.
- Solutions must achieve an Authority to Operate (ATO) for DoD IL5 environments before production deployment; a roadmap for ATO is required at Phase 1.
- Offerors are responsible for monitoring SAM.gov for amendments. An Organizational Conflict of Interest (OCI) analysis is required with the submission.
Contact Information
- Primary: Thomas Lueddeke (thomas.j.lueddeke.civ@army.mil)
- Secondary: Kristen Weiman (kristen.l.weiman.civ@army.mil)