Infantry Squad Vehicle - Heavy (ISV-H) 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 Department of the Army has issued a Commercial Solutions Opening (CSO) for the Infantry Squad Vehicle - Heavy (ISV-H) program, seeking innovative commercial solutions to provide critical operational capabilities. This CSO, authorized under DFARS Subpart 212-70 and 10 U.S.C. 3458/4022, aims to expedite the acquisition and delivery of advanced technologies for warfighters. Initial responses (White Papers) are due by April 13, 2026.
Opportunity Overview
This CSO utilizes a streamlined, multi-phased acquisition process to procure a complete ISV-H vehicle solution. The process may include:
- Phase 1: White Paper Proposals (10 business days from CSO release)
- Phase 2: Engagement/Presentation
- Phase 3: Request for Commercial Solutions Proposal (CSP) The overall effort is structured into three segments, potentially leading to up to three awards for commercial technologies in Segment 1, up to three Other Transaction Authority (OTA) agreements or FAR-based contracts for prototype development in Segment 2, and follow-on production contracts in Segment 3.
Scope & Key Requirements
The ISV-H will provide critical operational capabilities, including exportable power for tactical operations and onboard power for mission command while maneuvering. Key desired capabilities (Attachment B, Rev 01) include:
- Mobility: 250 miles on 3/4 tank, 0-60 mph in 25 seconds, exceptional soft soil mobility.
- Maneuverability: Fording up to 30 inches of water, traversing 40% slopes and 60% grades.
- Export Power: Minimum 60kW continuous HVDC, 15kW 28VDC, and 4.8kW 120VAC.
- Payload: Capacity for a 6-Soldier team with 4,000 lb payload.
- All-Weather Operations: -25°F to 130°F with climate control. Offerors must address "Right to Repair" provisions (Attachment C, Rev 01), ensuring the Army has access to maintenance tools, software, and technical data for sustainment and competitive procurement. Logistics product development includes commercial operator/maintainer manuals, a 3-year priced parts list, initial spares, and training support. Bidders must use Attachment D to quantify cost and schedule impacts for desired capabilities.
Submission & Evaluation
Phase 1 White Paper submissions are limited to 20 pages (excluding Attachment D, but including cover/TOC) and should detail technical approach, risks, Technology Readiness Level (TRL), milestone schedule, logistics data, Rough Order of Magnitude (ROM) for Segment 2, and an impact table. Evaluation factors include technical merit, affordability, importance to agency programs (schedule, TRL, logistics data, right to repair, data rights), and risk. Proposals must be valid for at least 180 days.
Contract Details
Awards may be FAR contracts under FAR Part 12 or non-FAR agreements under 10 U.S.C. 4022. Contracts will be fixed-price, potentially including fixed-price incentive fee. No specific dollars are reserved, and funding is subject to availability. Participation is voluntary. Offerors must have a UEI and be registered in SAM. International bidders from qualifying countries are permitted.
Contacts
Primary: Erin Thelen (erin.m.thelen.civ@army.mil) Secondary: Isabella Brass (isabella.m.brass.civ@army.mil)