Next Generation Trackless Targets (NGTT) -- Call for Solutions
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 - Orlando (ACC-Orlando) has issued a Commercial Solutions Opening (CSO) for Next Generation Trackless Targets (NGTT) Family of Products (FOP). This CSO, under 10 U.S.C. § 3458, seeks innovative commercial products and technologies to enhance Army training realism and Soldier lethality by providing advanced trackless mobile targets. Phase 0 Solution Briefs are due February 12, 2026, at 4:00 PM EST.
Scope of Work
The initiative aims to develop and deploy trackless mobile targets that simulate moving infantry and vehicle targets, adaptable to any path without permanent range structures. Solutions must represent realistic movements and likenesses on various terrains (CONUS/OCONUS) and environments. Key requirements include:
- Compatibility: Integration with Future Army System of Integrated Targets (FASIT) operating software (TRACR II).
- Engagement: Capable of being engaged by small caliber ammunition up to .50 caliber and 6.8 mm.
- Mobility & Environment: Traverse diverse terrains (mud, snow, sand, grass), operate in extreme temperatures (-30°C to 50°C), high humidity, salt fog, and winds up to 35 mph.
- Durability: Armor plating to withstand multiple impacts, protecting critical components.
- Power: Independent battery charging, interface with 30kW AMMPS generator, and shore power option. Minimum 3 hours continuous motion, 72 hours idling, or 10 hours mixed operation.
- Autonomy: Automatic obstacle and collision avoidance, including human avoidance.
- Transportability: Meet MIL-STD criteria for highway, rail, water, and air transport.
- Variants:
- Infantry: Max 55" L x 45" W x 35" H (platform), 69" H (exposed); specific mobility (e.g., 10 ft turn radius, 10 mph top speed); realistic mannequin presentation with shot sensing and reactive behaviors.
- Vehicle: Transportable by non-oversized trailer; specific mobility (e.g., 30 ft turn radius, 20 mph top speed); 3D tactical truck silhouette; driver/passenger presentation with shot sensing and reactive behaviors.
Contract Details
- Type: Fixed-price contracts or other agreements authorized under 10 U.S.C. § 3458.
- Duration: Generally one base year with four option years.
- Award Intent: Government intends for one awardee to provide both infantry and vehicle models but may consider splitting the requirement.
- Intellectual Property: Government will request Government Purpose Rights for technical data developed with Government funds (DFARS Subparts 227.71 and 227.72).
- Set-Aside: None specified.
Submission & Evaluation
- Phase 0 Solution Briefs Due: February 12, 2026, 4:00 PM EST.
- Submission Format: Max 10-page white paper or 20 slides, addressing Executive Summary, Technology Concept, Company Viability, and Intellectual Property.
- Phase 1 Evaluation (up to 30 days): Focuses on ability to provide infantry/vehicle configurations, TRACR II integration, transportability, environmental capability, innovation, and technical merit.
- Phase 2 (Live Demonstration): Planned within 120 days of Feb 12, 2026, at Ft. Stewart, Ft. Benning, or Camp Blanding. Offerors are responsible for their own expenses.
- Eligibility: Offerors must be registered in SAM.gov and have a current NIST SP 800-171 DoD assessment in SPRS. Resellers and academic research proposals are not desired.
Additional Notes
The Government may update the Performance Specification based on innovative industry approaches. All inquiries must be directed to the Procurement Contracting Officer.