FY2026 ACC-RSA CCAD OIB 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 – Redstone Arsenal (ACC-RSA) has issued a Commercial Solutions Opening (CSO) for Organic Industrial Base (OIB) Modernization at Corpus Christi Army Depot (CCAD). This CSO, titled "FY2026 ACC-RSA CCAD OIB Commercial Solutions Opening (CSO)", seeks innovative commercial solutions for enterprise modernization of RF and asset management infrastructure, among other IT/OT capabilities. The opportunity is continuously open until July 18, 2026.
Purpose & Overview
This CSO (W912NW-26-S-C001) leverages 10 U.S.C. § 3458 to acquire innovative commercial items, technologies, or services. The primary goal is to modernize CCAD's sustainment practices and capabilities by rapidly integrating commercial solutions, thereby enhancing the Defense Manufacturing Base.
Scope of Work
The primary Area of Interest (AoI) focuses on the enterprise modernization of CCAD's RF and asset management infrastructure to provide secure, resilient, real-time, and on-demand asset management technologies. This includes:
- Design and implementation of RF infrastructure, including new portals/readers and tagging of assets.
- Installation capabilities in several facilities.
- Tracking CCAD-owned assets into and out of tool cribs, and Work in Progress (WIP) assets with containment alarms.
- Provision of sleds/tablets, tags, and other required peripherals and infrastructure.
- Installation of supporting software (on-premises and cloud).
- Support for various data capture technologies (barcode, active/passive RFID, Bluetooth, Wi-Fi, Mesh, Cellular, Satellite) and hardware manufacturers.
- Integration with customer systems, customizable dashboards, mobile applications, and reporting capabilities.
- Device monitoring, management, and alerting capabilities (audible/visual, email, SMS).
- Extensive roles/permissions configurations, CAC integration, and dedicated customer support portal.
- Development, production, and disaster recovery instances.
Additionally, the Government seeks innovative methodologies, processes, and solutions for modernization that are scalable and repeatable for application to additional infrastructure projects, including:
- Commercially available RF-based solutions for Asset Management, IP Backhaul, PTP/Long-haul Connectivity, IoT Infrastructure Management, and Secure Communications.
- Commercially available solutions for Inside/Outside Plant Cabling Upgrades, Data Center Infrastructure Upgrades, IT-based Resiliency, Cyber Security, and IP/TDM Telephony.
- Commercial services for engineering, furnishing, installation, testing, support, and maintenance. All solutions must adhere to Cyber Security Requirements based on the latest NIST and Army ICN requirements for both IT/OT environments.
Contract & Timeline
- Type: Commercial Solutions Opening (CSO) leading to fixed-price contracts, acquired under FAR Part 12.
- Period of Performance: Generally no greater than 12 months for solutions.
- Set-Aside: None specified (open to traditional and non-traditional defense contractors, including small business concerns and nonprofit research institutions).
- Submission Deadline: Continuously open until July 18, 2026.
- Published: April 30, 2026.
- Place of Performance: Corpus Christi, TX 78419.
Submission & Evaluation
- The process may involve up to three phases: Phase 1 (Solution Brief), Phase 2 (Solution Presentation/Pitch), and Phase 3 (Commercial Solution Proposal - CSP).
- Phase 1 Solution Briefs: Limited to 5 pages or 15 slides, must include company information, executive summary, solution description, and a Rough Order of Magnitude (ROM) price.
- Evaluation of Solution Briefs: Based on responsiveness to the AoI, technical merit (uniqueness, innovation), and funding availability.
- Evaluation of CSPs: Based on technical approach merit/risk, performance schedule realism, and price fairness/reasonableness.
Additional Notes
Companies must possess a Unique Entity ID (UEI) and be registered in SAM.gov prior to award. Proposal preparation costs are not recoverable. The Government reserves the right to amend the CSO and add new Areas of Interest.