Virtual Air Defense Systems Integrator (ADSI) software
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 is conducting Sources Sought market research to identify qualified sources capable of providing Virtual Air Defense Systems Integrator (ADSI) software. This is for planning purposes only and is not a solicitation. The objective is to determine if other sources can satisfy the government's requirements, despite a potential sole source being identified. Responses are due by 11:00 AM EDT on March 23, 2026.
Scope of Work
The required Virtual ADSI software must be certified, combat-proven, and operate in a virtualized environment. Key capabilities include providing serial and Ethernet Link 16 and Link 11 communications for command and control (C2) and situational awareness. The software must meet specific salient characteristics, including:
- Virtual machine-based implementation on a VMware ESXi hypervisor.
- Dual-virtual-machine architecture (Windows 7/10 Enterprise for C2/SA and Red Hat Enterprise Linux for data link processing).
- Support for various tactical data links (Link 16, Link 11, VMF, ATDL-1, NATO Link-1, MTCD, Intel links).
- Compliance with MIL-STD-6016 for Link 16 interoperability.
- Full ADSI feature set, including Dynamic Link Reconfiguration, Drag-and-drop Configuration Wizard, Windows-based System Manager, and C2/situational awareness display.
- Robust Information Assurance features.
- Compatibility with 64-bit x86 processors, minimum two CPU cores, 8 GB RAM per VM, and 1 GigE or 10 GigE network interfaces.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- NAICS Code: 513210, Software Publishers (Size Standard: $47 million)
- Set-Aside: The government is considering a small business set-aside, contingent on sufficient qualified small business responses.
- Response Due: March 23, 2026, 11:00 AM EDT
- Published Date: March 18, 2026
- Place of Performance: Fort Hood, TX
Information Requested
Interested parties should provide:
- Company information (POC, DUNS, CAGE, small business status, NAICS).
- Interest in competing as a prime contractor and any teaming arrangements.
- Detailed experience with similar requirements, certifications, and ability to meet salient characteristics.
- Commercial availability, pricing, delivery schedules, terms, and warranties.
- Identification of GSA FSS or other government-wide contract vehicles.
- Recommendations for structuring competition, especially for small businesses.
- Identification of any conditions that may restrict competition.
- Suggestions to improve the approach, specifications, or draft PWS/PRS.
Additional Notes
This notice is for market research only; it is not a solicitation, and no contract will be awarded. The government has identified a potential sole source for the ADSI software, and respondents are encouraged to identify ADSI-equivalent capabilities or alternative solutions that meet technical requirements without degrading performance or mission effectiveness. Responses should be submitted via email to Donelle White (donelle.h.white.mil@army.mil) and Leona Lu (leona.lu.mil@army.mil).