Call for Solution - Integrated Command and Control Infantry Squad Vehicles

SOL #: CFS-25-ICCISV-01Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-1846, United States

Place of Performance

Aberdeen Proving Ground, MD

NAICS

Engineering Services (541330)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Vehicular Equipment Components (J025)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 26, 2026
2
Last Updated
Apr 1, 2026
3
Response Deadline
Apr 8, 2026, 9:00 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 Army Contracting Command – Aberdeen Proving Ground (ACC-APG), on behalf of Product Manager Command Post Modernization (PdM CPMod), has issued a Call for Solutions (CFS) under the Army Open Solicitation (AOS) for the integration of Command and Control (C2) systems on Infantry Squad Vehicles (ISVs). The goal is to develop innovative solutions for soldier touchpoints and to drive demand. This is a Sources Sought opportunity, with the intent to award an Other Transaction (OT) for Prototype Project(s) or a Firm-Fixed-Price (FFP) contract.

Purpose & Scope

This CFS seeks solutions to integrate C2 systems onto ISVs, addressing a need identified during Command and Control on the Move (C2 OTM) fielding. The integrated systems must support unit exercises and be capable of functioning "On the Move" and "At the Quick Halt (ATQH)". A critical requirement is the ability for the C2 system to be dismounted by two soldiers and re-established in a new location (e.g., TOC) within 30 minutes, including seamless operational capability without data loss and an uninterruptible power supply (UPS) for at least two hours during transition.

Key Requirements & Deliverables

  • Deliver three (3) integrated prototypes to Aberdeen Proving Ground (APG) within four months post-award.
  • Integrate prototypes on two (2) ISV-squad and one (1) ISV-utility vehicles at the contractor's facilities.
  • Integrate Government Furnished Equipment (GFE) "B-kit" components (6 total, specified in Phase 2) onto the ISVs. Vendors provide A-kit components (transit cases, cables).
  • Perform bonds and ground testing for electrical safety.
  • Provide a minimum of 3 weeks of test support following delivery.
  • Deliver a Level 2 Technical Data Package (TDP) (IAW MIL-STD-31000C) within four months post-award.
  • Solutions must be fully integrated hardware and software.
  • Expected transport mechanisms include pLEO, MiMO, TSM, 5G, and WiFi.
  • System must be continuously operational while on the move and capable of running for a minimum of two hours during dismount operations via alternative AC power sources.
  • GFE includes ISVs, their TDPs, and potentially a GPS solution.

Contract Details

The Government intends to award an Other Transaction(s) (OT) for Prototype Project(s) or potentially a FAR Part 12, Firm-Fixed-Price (FFP) contract, depending on solution maturity. A prototype OT may lead to a non-competitive follow-on production contract. Up to 5 vendors are anticipated for Phase 2, and up to 3 for Phase 3, based on submission quality.

Submission & Evaluation

This opportunity utilizes Commercial Solutions Opening (CSO) procedures.

  • Questions Due Date: March 30, 2026, at 17:00 Eastern Daylight Time (EDT).
  • Phase 1: Solution Briefs Due: April 08, 2026, at 17:00 EDT.
    • Content: Max 5 pages or 15 slides, covering Solution Overview, Key Discriminators, Corporate Experience, High-Level Technology Solution/Concept, Company Viability, Affirmation of Business Status Certification, IP Statement, and OCI Analysis.
    • Evaluation Criteria (descending order): Technical Merit, Schedule, and Viability.
  • Anticipated Key Dates (subject to change):
    • Phase 1 Selection: April 15, 2026
    • Phase 2 Presentations: Week of April 27, 2026
    • Phase 2 Selection: May 8, 2026
    • Phase 3 Submissions: May 15, 2026
    • Phase 3 Selection: May 22, 2026
    • Contract Award: Not Later Than (NLT) June 5, 2026
    • Kick-off: Week of June 15, 2026

Eligibility & Set-Aside

Companies must possess a Unique Entity ID (UEI) and be registered in SAM.gov, accurately represent small business size/status, and be responsible (not suspended/debarred). An Affirmation of Business Status Certification (ABSC) is required from all significant participating entities, detailing legal/business status and explaining Nontraditional Defense Contractor (NDC) or Nonprofit Research Institution (NRI) participation if applicable. No specific set-aside is designated for this CSO.

Important Notes

The Government reserves the right to award to all, some, or none of the companies, and to limit the number of companies invited to subsequent phases. Companies are responsible for monitoring SAM.gov for amendments and updates, and are strongly encouraged to use the "Follow" feature.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Sources Sought
Posted: Apr 1, 2026
Version 1
Sources Sought
Posted: Mar 26, 2026
View
Call for Solution - Integrated Command and Control Infantry Squad Vehicles | GovScope