Modular Open Systems Approach (MOSA) for Department of War Consortium Manager and Marketplace
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 – Orlando (ACC-Orlando), on behalf of the Office of the Under Secretary of War, is seeking a Consortium Management Firm (CMF) to establish and manage a Modular Open Systems Approach (MOSA) Consortium and develop a MOSA digital marketplace platform. This effort aims to transform defense acquisition by fostering competition and innovation through MOSA. The Government intends to award a single Other Transaction Agreement (OTA) for a 10-year term. Solution Papers are due by May 28, 2026, at 4:00 PM ET.
Purpose & Scope
The Department of War (DoW) is mandated to incorporate MOSA into defense acquisition programs. This Request for Solution (RFS) seeks a CMF to achieve this mandate by creating a diverse MOSA Consortium and a digital marketplace for certified MOSA solutions. The vision is to transform defense acquisition into a modular, agile, and innovation-driven enterprise, driving rapid prototyping, institutionalizing MOSA, expanding the innovation base, enhancing interoperability, optimizing lifecycle costs, and empowering the warfighter. The CMF will manage the consortium, track deliverables, and ensure compliance with the Government's intellectual property strategy, which prioritizes Government Purpose Rights (GPR) for key interface standards.
Contract Details
- Contract Type: Other Transaction Agreement (OTA), utilizing authorities under 10 U.S.C. §§ 4021, 4022, and 4023.
- Award Type: Single award to one Consortium Management Firm.
- Period of Performance: Ten (10) years.
- Set-Aside: None specified.
- Product/Service Code: R425 - Engineering And Technical Services.
- Place of Performance: Orlando, FL, United States.
Key Requirements & Deliverables
The selected CMF will be responsible for:
- Consortium Management Plan: Detailing oversight, financial, and risk management.
- Operational Marketplace Platform: A secure digital platform for MOSA solutions.
- Reporting: Financial and performance reports.
- Data Management: Repository for contract data, deliverables, and license rights.
- Archives: Consortium membership and agreement archives, meeting agendas and minutes.
- Security: The CMF must possess a Secret facility security clearance, comply with AR 380-10, DoDD 5230.11, DoDD 5230.20, DoD 5220.22-M, DoDI 5200.48, and export control laws (ITAR). Vendors must not be Foreign Owned or under USA FOCI status unless mitigating circumstances are met.
- Data Rights: The Government requires Government Purpose Rights (GPR) to all external and internal interface design documentation, data models, and specifications.
Submission & Evaluation
The selection process is multi-step, including a Go/No-Go eligibility determination, written submissions, oral presentations, and negotiations.
- Eligibility: Verifiable experience as a Consortium Manager within the last 12 months is mandatory.
- Written Submission (12-page limit): Includes cover page, Vendor Self Validation Form, Telecommunication Representation, Integrated Master Schedules (Consortium & Marketplace), sub-vendor list, OCI/Mitigation Plan, verifiable CMF experience, Risk Management, Past Performance, and Cost/Price.
- Oral Presentations: Will cover Ecosystem Openness, Conformance & Certification, IP Strategy, Nontraditional Engagement, Collaboration Tools, and the Marketplace Tool. Oral presentations are scheduled for June 9-11, 2026, with slides due June 8, 2026.
- Evaluation: Solutions will be evaluated competitively, with the intent to award to the firm best meeting the defined scope.
Deadlines & Contacts
- Solution Papers Due: May 28, 2026, by 4:00 PM ET.
- Oral Presentation Slides Due: June 8, 2026, by 3:00 PM ET.
- Oral Presentations: June 9-11, 2026.
- Submission Email: jordan.d.adaro.civ@army.mil, kurt.l.kleinlein.civ@army.mil, jason.c.graham8.civ@army.mil.
- Primary Contact: Jordan Adaro (jordan.d.adaro.civ@army.mil).