U.S. Army Contracting Command – Watervliet Arsenal (ACC-WVA) Organic Industrial Base (OIB) Modernization 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 U.S. Army Contracting Command – Watervliet Arsenal (ACC-WVA) has issued a Commercial Solutions Opening (CSO) for Organic Industrial Base (OIB) Modernization. This CSO, authorized by Section 1823 of the NDAA for FY2026, seeks innovative commercial products, technologies, and services to modernize the Army's OIB through "Convergent Manufacturing." The overall CSO is open until September 30, 2027, with specific Areas of Interest (AoIs) having earlier deadlines.
Purpose & Scope
The CSO aims to acquire innovative solutions to close commercial capability gaps and provide technological advancements for the Watervliet Arsenal in Watervliet, NY. It utilizes a multi-phase approach: Phase 1 (Solution Brief), Phase 2 (Presentation/Pitch), and Phase 3 (Commercial Solution Proposal - CSP).
Two specific AoIs have been released:
AoI W911PT26CS001-A001: Advanced Cannon Technology (ACT)
- Purpose: Eliminate hexavalent chromium, decrease life cycle costs, and increase readiness in large caliber cannon production. Focus on novel, environmentally friendly, and carcinogenic-free manufacturing technologies.
- Key Requirements: Enhanced manufacturing methods (lathe, mill, cutting, honing, grinding) for various materials; additive manufacturing for rebuilding/adding performance materials; process monitoring applications; process automation systems; and technologies to enhance/extend manufacturing process life by reducing costs, emissions, or improving safety.
AoI W911PT26CS001-A002: UT System (Test Inspection Equipment)
- Purpose: Improve defect detection sensitivity and ensure material soundness in gun tube and component quality inspections through advanced non-destructive testing (NDT) methods.
- Key Requirements: Modified immersion UT systems for enhanced defect detection; advanced micrometers; new/innovative NDT tooling/equipment; systems capable of scanning tubes up to 30' length and 18" diameter efficiently; simultaneous Long/Shear wave data collection; A, B, and C scan image collection/analysis; integrated Assisted Defect Recognition (ADR) tools; and desired mobility/portability for operators.
Contract Details
- Type: Commercial Solutions Opening (CSO) leading to FAR-based, Part 12 Commercial Item Procedures contracts.
- Contract Type: Fixed-price, potentially including fixed-price incentive fee contracts.
- Period of Performance: Generally no greater than 12 months for solution briefs or CSPs, unless specified in the AoI.
- Set-Aside: None specified. Both traditional and non-traditional defense contractors are eligible.
Submission & Evaluation
- Submission Method: Written solutions must be emailed to
usarmy.watervliet.tacom.mbx.commercial-solutions-opening@army.mil.- For ACT: Subject line "Advanced Cannon Technology".
- For UT System: Subject line "Test Inspection Equipment for Gun Tube and Finished/ Rough Machine Component Quality Inspections".
- Overall CSO Closing Date: September 30, 2027 (may be extended).
- AoI Closing Date: September 30, 2026 (may be amended).
- Evaluation: Based on responsiveness, technical merit, uniqueness, risk, and proposed price. For AoIs, selection considers existing needs, best qualification after technical review, and price reasonableness.
- Eligibility: Companies must be registered in SAM.gov to receive an award.
Additional Notes
This notice does not obligate the Government for any costs incurred by Offerors. The Government reserves the right to modify requirements and to award to all, some, or none of the selected solutions. A written directive or contractual document will be issued before any performance begins.
Contact Information
Primary Contact: Lauren A. Scripps (lauren.a.scripps.civ@army.mil)