Unified Communications Software Platform Licensing
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, specifically the ACC-APG, on behalf of Product Manager Command and Control Data & AI (PM C2 Data & AI), is seeking mature, commercially available software solutions for a Unified Communications Platform. This Solicitation aims to bridge legacy and modern tactical voice systems, enhancing warfighter communication and collaboration. The requirement is projected to be an enduring, mission-critical, and recurring annual need. White Papers are due April 30, 2026, by 5:00 PM EDT.
Scope of Work
The Army requires a unified communications software platform to provide an interoperable capability within its tactical voice architecture. Key functionalities include:
- Bridging Combat Net Radios, telephony, IP devices, MANET, mobile devices, and legacy hardware.
- Real-time collaboration through messaging, file sharing, video conferencing, and virtual meeting rooms.
- Advanced analytics and reporting capabilities.
- End-to-end encryption.
- Seamless integration with existing enterprise applications.
- Support for Command and Control Network Optimized for Warfighting (C2NOW) fielding. The solution must feature a system/hardware agnostic architecture, multicast stream ingestion, VoIP interoperability, dynamic talk group management, scalability, mobile device integration, offline/disconnected operation, server-based/serverless options, modular cloud-native microservices, Kubernetes deployment, and robust access control.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract.
- Duration: 5-year ordering period.
- Set-Aside: None specified; requires commercial solutions.
- White Papers Due: April 30, 2026, 5:00 PM EDT.
- Questions Deadline (Phase 1): April 24, 2026, 9:00 AM EDT.
- Published: April 17, 2026.
Evaluation
The evaluation process may involve up to three steps: White Paper submission, an optional Demonstration, and Award Negotiations. White Papers will be assessed against Gate Criteria (Commercial Solution Experience, Solution Maturity) and Full Evaluation Criteria (Technical Capability, Solution Maturity & Past Performance, Data Rights, Price). Submissions should be emailed to the Contracting Officer and Specialist.
Additional Notes
The detailed Statement of Objectives (SOO) contains Controlled Unclassified Information (CUI) and requires offerors to request access via SAM.gov. Access will be granted upon verification of Level 1 Cybersecurity Maturity Model Certification (CMMC) compliance or higher. Early submission of access requests is strongly encouraged. Offerors must monitor SAM.gov for amendments. Academic research proposals are not desired.