Project Sabre - Commercial Solutions Opening (CSO)

SOL #: FA8694-26-S-C001Special Notice

Overview

Buyer

DEPT OF DEFENSE

Place of Performance

Wright Patterson AFB, OH

NAICS

Computing Infrastructure Providers (518210)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Nov 21, 2025
2
Last Updated
Feb 26, 2026
3
Action Date
Mar 6, 2026, 8:00 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 Defense, Air Force Life Cycle Management Center (AFLCMC) has issued Call 001 under its Project Sabre Commercial Solutions Opening (CSO). This initiative seeks innovative commercial items, technologies, and services to mature, prototype, and develop tooling for Open Architectures (OAs) across various weapon systems and platforms. The government intends to award FAR Part 12 Firm Fixed Price contracts or Other Transaction (OT) for Prototype Projects. Solution Briefs are due by March 6, 2026.

Purpose & Scope

This CSO aims to leverage commercial best practices and technologies to revolutionize warfighting capability delivery by solving integration challenges, acquiring platform-agnostic hardware and software, and reducing vendor lock-in. Call 001 specifically targets five distinct technical Focus Areas:

  • Focus Area 1: SOSA Consortium Nano Hardware: Develop modular, reconfigurable nano-sized Radio Frequency (RF) payloads for Unmanned Aerial Systems (UAS) and tube-launched systems, addressing thermal, ruggedization, and secure boot.
  • Focus Area 2: SOSA 3U Hardware Conformance Tool: Create a reconfigurable test tool to verify 3U Plug-In Cards conform to the SOSA hardware standard, including system management and automated report generation. Vendors can propose testing all or part of SOSA 3U PIC conformance.
  • Focus Area 3: MBSE Automated Documentation, Code Generation, and Analysis: Apply Model Based System Engineering (MBSE) best practices to manage artifacts (SysML, FACE UDDL) and propose changes within SOSA, Agile Mission Suite (AMS) Government Reference Architecture (GRA), and Universal Command and Control Interface (UCI) consortia.
  • Focus Area 4: Big Iron (BI) and AMS GRA Transition Guide Maturation and Training Material: Migrate BI software components to the AMS GRA, including developing integration guides and training materials. Vendors are expected to provide their own MPUs and convert existing BI 4.0 MPUs to AMS GRA MPUs.
  • Focus Area 5: AMS GRA Software Conformance Tool: Develop a scalable software tool to automatically verify service components (MPUs) conform to the AMS GRA software interface and behavior standards. Vendors are encouraged to provide updates to AMS GRA rules that maintain intent while increasing automation.

Submission & Evaluation

This is a two-step solicitation process:

  • Step 1: Solution Brief: Due by March 6, 2026. Offerors must submit Solution Briefs addressing one Focus Area via email to aflcmc.wa.projectsabrecso@us.af.mil. Responses must be limited to the specific requirements of the call (e.g., five pages or ten slides), with briefing slides being an allowable format. Cover pages do not count towards the page limit.
  • Step 2: Technology Demonstration: Offerors whose Solution Briefs are deemed "Selectable Plus" or "Selectable" may be invited to Step 2, which includes an oral presentation, technology demonstration, full price proposal, and a Task Order Statement of Work. Demonstrations are anticipated within 30 days of Solution Brief selection. Evaluation criteria for Step 1 include the vendor's ability to work in a CUI environment, novelty of the commercial product application, technical approach, data rights, and scope relative to price. Technical evaluation is prioritized over price in Step 2.

Contract Details

The government may award multiple awards. The contract type will be fixed-price instruments, with the determination of FAR-based or OTA depending on the offeror's proposal and justification for an OT. The period of performance for any Solution Brief or proposal submitted under this CSO should generally not exceed 24 months, involving initial sprints and potential follow-on efforts.

Eligibility & Notes

This solicitation is open to commercial items and services. While not a specific set-aside, eligibility for Other Transaction (OT) agreements is mentioned, particularly for non-traditional defense contractors or small businesses. Controlled Unclassified Information (CUI) documents related to MBSE artifacts, AMS GRA, and SOSA are available upon request via email to aflcmc.wa.projectsabrecso@us.af.mil, along with a CMMC Level 2 Self-Attestation Form or equivalent documentation. Vendors must have a Unique Entity Identifier (UEI) and be registered in SAM.gov prior to award. Contact: Joseph Mizzi (joseph.mizzi@us.af.mil).

People

Points of Contact

Joseph MizziPRIMARY

Files

Files

Download
Download
Download

Versions

Version 4Viewing
Special Notice
Posted: Feb 26, 2026
Version 3
Special Notice
Posted: Feb 6, 2026
View
Version 2
Special Notice
Posted: Feb 6, 2026
View
Version 1
Special Notice
Posted: Nov 21, 2025
View
Project Sabre - Commercial Solutions Opening (CSO) | GovScope