Call for Solution - Integrated Command and Control Infantry Squad Vehicles

SOL #: CFS-25-ICCISV-01Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-1846, United States

Place of Performance

Aberdeen Proving Ground, MD

NAICS

Engineering Services (541330)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Vehicular Equipment Components (J025)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 26, 2026
2
Last Updated
Apr 28, 2026
3
Response Deadline
Apr 8, 2026, 9:00 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 Department of the Army, through ACC-APG, is issuing a Call for Solutions (CFS) under the Army Open Solicitation (AOS) for Integrated Command and Control (C2) systems on Infantry Squad Vehicles (ISVs). This initiative seeks innovative solutions for soldier touchpoints and demand generation. The government intends to award an Other Transaction (OT) for Prototype Project(s), potentially leading to a non-competitive follow-on production contract.

Opportunity Overview

This CFS, titled "Call for Solution - Integrated Command and Control Infantry Squad Vehicles," aims to integrate C2 systems onto ISVs to support unit exercises and address needs identified during Command and Control on the Move (C2 OTM) fielding. The effort focuses on developing a fully integrated hardware and software solution.

Scope of Work & Key Requirements

  • Deliver three (3) integrated prototypes to Aberdeen Proving Ground (APG) within four months post-award.
  • Prototypes to be integrated on two (2) ISV-squad and one (1) ISV-utility vehicles at the contractor's facilities.
  • Integrate specified Government Furnished Equipment (GFE) "B-kit" components (to be specified in Phase 2) onto the ISVs.
  • Systems must function "On the Move" and "At the Quick Halt (ATQH)".
  • C2 systems must be dismountable by two soldiers and re-set up in under 30 minutes, requiring an uninterruptible power supply (UPS) for at least two hours during transition.
  • Perform bonds and ground testing for electrical safety.
  • Provide a minimum of 3 weeks of test support following delivery.
  • Deliver a level 2 technical data package (IAW MIL-STD-31000C) within four months post-award.
  • Expected transport mechanisms include pLEO, MiMO, TSM, 5G, and WiFi.
  • ISVs, their Technical Data Packages (TDPs), and potentially a GPS solution will be provided as GFE.

Contract Details

  • Type: Other Transaction(s) (OT) for Prototype Project(s) or potentially a FAR Part 12, Firm-Fixed-Price (FFP) contract, depending on solution maturity.
  • Set-Aside: None specified (open competition under Commercial Solutions Opening procedures).
  • A prototype OT may lead to a non-competitive follow-on production contract or transaction.

Submission & Evaluation Process

This is a multi-phase evaluation:

  • Phase 1: Solution Brief
    • Due Date: April 08, 2026, at 17:00 EDT.
    • Content: High-level summary (max 5 pages or 15 slides) covering Solution Overview, Key Discriminators, Corporate Experience, High-Level Technology Solution/Concept, Company Viability, Affirmation of Business Status Certification, IP Statement, and OCI Analysis.
    • Evaluation Criteria (descending order): Technical Merit, Schedule, and Viability. Up to 5 vendors anticipated for Phase 2.
  • Phase 2: Pitch (Selected companies may be invited for live or virtual presentations/demonstrations, week of April 27). Up to 3 vendors anticipated for Phase 3.
  • Phase 3: Solution Proposal (Detailed proposal for final evaluation, due May 15).
  • Eligibility: Companies must possess a Unique Entity ID (UEI), be registered in SAM.gov, accurately represent small business size/status, be responsible, and disclose any Organizational Conflicts of Interest (OCIs). The "Affirmation of Business Status Certification" is a required attachment.

Key Dates & Contacts

  • Questions Due: March 30, 2026, at 17:00 EDT.
  • Solution Briefs Due: April 08, 2026, at 17:00 EDT.
  • Anticipated Contract Award: No later than June 05, 2026.
  • Primary Contact: John J. Ye, Jianhua.j.ye.civ@army.mil, 520-715-7928.
  • Secondary Contact: Thomas E. Lynn, thomas.e.lynn23.civ@army.mil, 520-671-3817.
  • All interested parties are strongly encouraged to review the full CFS document and the parent AOS posting (W9128Z-25-S-A002) for complete information and to use the "Follow" feature on SAM.gov for updates.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 4
Sources Sought
Posted: Apr 28, 2026
View
Version 3Viewing
Sources Sought
Posted: Apr 28, 2026
Version 2
Sources Sought
Posted: Apr 1, 2026
View
Version 1
Sources Sought
Posted: Mar 26, 2026
View