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). This CSO seeks innovative commercial solutions to provide critical operational capabilities, including exportable power for tactical operations and onboard power for mission command. The acquisition process is streamlined for rapid award decisions, leveraging 10 U.S.C. 4022 and DFARS Subpart 212-70. Responses are due by April 13, 2026.
Purpose & Scope
The Army aims to expedite the award and delivery of critical technologies to enhance operational readiness and foster innovation in manufacturing. The ISV-H will provide essential capabilities, including worldwide deployability by sea, air, and land, to support the Army’s Maneuver Brigade Combat Teams (MBCTs). The effort is managed by Product Director (PdD), Ground Mobility Vehicles (GMV) at Selfridge Air National Guard Base (ANGB), Michigan.
Acquisition Process & Key Requirements
This CSO utilizes a multi-phased solicitation and evaluation approach, which may include:
- Phase 1: White Paper Proposals (10 business days for submission).
- Phase 2: Engagement/Presentation (up to 5 days of engagements).
- Phase 3: Request for Commercial Solution Proposal (10 business days for submission).
Key requirements for proposed solutions include:
- Desired Capabilities (Attachment B): Focus on mobility, range, maneuverability, power generation (exportable and onboard), crew safety, and future-ready architecture.
- Right to Repair & Data Rights (Attachment C): Offerors must provide comprehensive technical data, software access, and training to ensure the government has unlimited/unrestricted rights for organic, depot-level repair, and competitive procurement of spare parts.
- Impact Table (Attachment D): Bidders must quantify the impact of desired capabilities on Unit Production Cost (UPC), Non-Recurring Engineering (NRE) costs, and schedule.
Contract Details
Awards may include FAR contracts under FAR Part 12 (Commercial Procedures) or non-FAR agreements under 10 U.S.C. 4022. Contracts will be fixed-price, including fixed-price incentive fee contracts. The government may award up to three awards for commercial technologies in Segment 1 and up to three OTA agreements or FAR-based contracts for prototype development in Segment 2. No specific dollars are reserved, and no funding is provided for proposal development costs.
Submission & Evaluation
Phase 1 White Papers (max 20 pages) require a technical approach, risks, TRL, milestone schedule, logistics data description, ROM, and an impact table. Evaluation factors include technical merit, price (fair and reasonable), and importance to agency programs (schedule, TRL, logistics data, right to repair, data rights). Offerors must have a Unique Entity Identification (UEI) and be registered in SAM. Proposals must be valid for at least 180 days.
Timeline
Segment 1 (CSO Timeline): White Paper (10 business days), Engagements (2 business days prep, up to 5 days engagements), Commercial Solutions Proposal (10 business days). Segment 2 (Prototype Development & Testing): Prototype Development (9 months), Testing & User Assessment, Production Award Window.
Contact Information
Primary Contact: Erin Thelen (erin.m.thelen.civ@army.mil) Secondary Contact: Isabella Brass (isabella.m.brass.civ@army.mil)