Self-Propelled Howitzer Systems (SPHS) Commercial Solutions Opening (CSO)
ID: W912CH25SC002Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC- DTAWARREN, MI, 48397-5000, USA
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Self-Propelled Howitzer Systems (SPHS) through a Commercial Solutions Opening (CSO) aimed at acquiring innovative commercial items, technologies, or services. The objective is to enhance the development, integration, demonstration, and sustainment of capabilities for the M109A7/M992A3 systems, which play a crucial role in providing indirect fire support to combat units. This initiative is part of a broader strategy to maintain the U.S. military's decisive advantage on the battlefield, ensuring operational outcomes such as improved mobility, supportability, and vehicle survivability. Interested parties should submit their proposals in accordance with the outlined phases and requirements, with the next response deadline set for October 22, 2025. For further inquiries, contact Jeffrey Budd at jeffrey.t.budd6.civ@army.mil or Elise Wong at elise.c.wong.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Self-Propelled Howitzer Systems (SPHS) Commercial Solutions Opening (CSO) W912CH-25-S-C002 outlines a competitive procedure for acquiring innovative commercial items, technologies, or services for the Department of Defense. This CSO, authorized under 10 U.S.C. 3458, aims to enhance the development, integration, demonstration, and sustainment of ground vehicle systems capabilities, specifically for the M109A7/M992A3 system. The process involves a multi-phased approach: Phase 1 requires a solution brief, Phase 2 may include a presentation, and Phase 3 involves a request for a Commercial Solution Proposal (CSP). Proposals are evaluated based on responsiveness, technical merit, and funding availability. The CSO may lead to fixed-price FAR contracts or non-FAR agreements, with awards contingent on favorable review, fund availability, and compliance with federal regulations like SAM registration and the Procurement Integrity Act. Specific Areas of Interest (AoIs) will be posted separately on SAM.gov, and interested companies are encouraged to monitor these postings. The government reserves the right to amend the CSO as needed.
    This document is an announcement seeking innovative solutions for the M109A7 Paladin Breech Mechanism. The Army is looking for a new fabrication approach, technical drawing feedback, and qualification testing support for breech mechanism components or a cannon assembly. The primary objective is to find a new supplier to manufacture, test, and deliver breech mechanism Part Number 11583671, which must be installed with the Breech Reliability Upgrade Kit II (BRUK II) and adhere to the M109A7 Technical Data Package. Potential challenges include utilizing 2D Technical Data Packages for manufacturing, meeting first article test requirements like radiographic and fatigue lab testing, specialized manufacturing processes, and a limited supply base for forged parts. Interested parties must register with sam.gov and submit a written solution brief via email by 5:00 P.M. EST on September 24, 2025. The announcement emphasizes that this is not an authorization to begin performance and does not obligate the Government for any incurred costs.
    The document outlines a federal government procurement or grant opportunity, likely related to a Request for Proposal (RFP) or a similar solicitation. It emphasizes compliance with specific federal regulations and standards, possibly concerning environmental or public safety guidelines. Key aspects include detailed requirements for proposals, evaluation criteria, and the importance of adhering to specified formats and procedures. The document also touches upon the scope of work, expected deliverables, and administrative instructions for submitting applications or bids. It underscores the need for thorough preparation and understanding of all outlined conditions to successfully participate in the opportunity. Specific references to codes and regulations suggest a technical or specialized area of government contracting.
    The U.S. Army is seeking innovative solutions for fabricating and testing the M109A7 Paladin breech mechanism, specifically components installed with the Breech Reliability Upgrade Kit II (BRUK II). This Commercial Solutions Opening (CSO) aims to find a new supplier to manufacture, test, and deliver Part Number 11583671 in accordance with the M109A7 Technical Data Package. Key challenges include utilizing 2D TDP for manufacturing, meeting first article test requirements (e.g., radiographic and fatigue lab testing), specialized manufacturing processes, and a limited supply base for forged parts. Interested parties must be registered in sam.gov and submit a solution brief via email by September 3, 2025, 5:00 P.M. EST. The CSO is authorized under Section 803 of the National Defense Authorization Act for FY2022.
    Lifecycle
    Similar Opportunities
    Life Cycle Sustainment (LCS) for the M777A2 Medium Towed Howitzer REDACTED D&F
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Life Cycle Sustainment (LCS) of the M777A2 Medium Towed Howitzer. This procurement aims to ensure the operational readiness and longevity of the howitzer, which is a critical asset in the U.S. Army's artillery capabilities. The opportunity is categorized under miscellaneous weapons, reflecting the importance of maintaining and supporting advanced military equipment. Interested parties can reach out to Michael J. Gomez at michael.j.gomez50.civ@mail.mil or Kristina Catalano at kristina.l.catalano.civ@army.mil for further details regarding the contract specifics and requirements.
    WVA CSO Area of Interest- Advanced Cannon Technology
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM), is seeking innovative solutions in the area of Advanced Cannon Technology through a Commercial Solutions Opening (CSO) under the Army Contracting Command-Watervliet Arsenal (ACC-WVA). The objective is to identify environmentally friendly bore coating technologies that eliminate hexavalent chromium, reduce life cycle costs, and enhance readiness, while also exploring advanced manufacturing methods for large caliber cannon production. Interested parties must submit their written solutions via email to the designated point of contact, Lauren A. Scripps, by the closing date of August 26, 2026, and should be registered in the System for Award Management (sam.gov). For further inquiries, interested vendors can reach out to Lauren Scripps at lauren.a.scripps.civ@army.mil.
    Ground Vehicle System Center (GVSC) Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Ground Vehicle Systems Center (GVSC), is seeking innovative commercial solutions to enhance the development and sustainment of ground vehicle systems capabilities. The objective of this Commercial Solutions Opening (CSO) is to accelerate the delivery of advanced technologies in areas such as power systems, robotics, survivability, and vehicle electronics, ultimately supporting Army modernization priorities and improving operational readiness. This initiative is crucial for maintaining a technological edge in ground systems, with potential awards including FAR contracts and non-FAR agreements extending through 2029. Interested parties can reach out to primary contact Katarzyna Szkubiel at katarzyna.k.szkubiel.civ@army.mil or secondary contact Ryan Stacey at ryan.w.stacey.civ@army.mil for further details on submission guidelines and evaluation criteria.
    Solicitation, Adapter Housing, NSN: 3040-01-531-4475
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of "Adapter, Housing" (NSN: 3040-01-531-4475) intended for the Howitzer, 155MM, M777E1 weapon system. This opportunity is a Total Small Business Set-Aside, requiring a base quantity of 938 units with an option for an additional 938 units, and mandates a First Article Test (FAT) along with a FAT Report as part of the submission process. Interested contractors must be registered in SAM, possess a current DD 2345 for access to the export-controlled Technical Data Package (TDP), and adhere to specific quality standards, including ISO 9001:2015. The solicitation closes on December 17, 2025, at 5:00 PM local time, with questions due by December 3, 2025, at 12:00 PM EST; for further inquiries, contact Rachel Gervais at rachel.r.gervais.civ@army.mil or by phone at 520-692-8435.
    High Mobility Artillery Rockets System (HIMARS) Parts
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Letterkenny Contracting Office, is conducting a Sources Sought notice for the procurement of parts related to the High Mobility Artillery Rocket System (HIMARS) Overhaul program. This initiative aims to identify capable suppliers for various components necessary for the HIMARS, which plays a critical role in modern artillery operations. Interested organizations are invited to submit their business information, including capability statements and socioeconomic status, to assist in determining market capacity and potential procurement strategies. Responses are due by December 5, 2025, at 1:00 P.M. ET, and should be directed to Bobie J. Burkett via email at bobie.j.burkett.civ@army.mil.
    U.S. Army Contracting Command – Watervliet Arsenal (ACC-WVA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command – Watervliet Arsenal is soliciting proposals for the Organic Industrial Base (OIB) Modernization through a Commercial Solutions Opening (CSO) aimed at enhancing defense capabilities via innovative commercial items and technologies. This initiative is part of a broader effort to modernize the Army's manufacturing capabilities, focusing on advanced manufacturing, connected digital systems, and cyber security to maintain military advantage as outlined in the 2014 Quadrennial Defense Review. The CSO process is open until September 30, 2024, and invites both traditional and non-traditional contractors to submit proposals that include an executive summary, technology concept, and rough pricing estimates, with evaluations based on technical merit and funding availability. Interested parties can contact Lauren Scripps at lauren.a.scripps.civ@mail.mil for further information.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA) Strategic Services Branch Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command – Detroit Arsenal (ACC-DTA) is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial items, technologies, and services under Solicitation Number W912CH-25-S-C001. This initiative aims to streamline the procurement process, allowing for flexible contract types, including fixed-price options, to address diverse requirements across various Army organizations, thereby enhancing operational readiness and efficiency. The CSO is continuously open until June 30, 2030, inviting submissions of solution briefs, presentations, and commercial solution proposals, with evaluations based on responsiveness, technical merit, and funding availability. Interested parties can contact Kelsey Greenwell at kelsey.d.greenwell.civ@army.mil or 571-588-8898 for further information.
    Heavy Support Bridge (HSB) Sources Sought Notice
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Detroit Arsenal (ACC-DTA), is seeking information from both small and large businesses regarding the modernization of the Heavy Support Bridge (HSB) system. The objective is to gather insights on capabilities related to upgrades, component replacements, and improvements in maintainability and reliability, with a particular focus on integrating autonomous operations and self-loading systems. The HSB is crucial for enabling rapid and secure crossings of obstacles up to 50 meters wide, requiring adaptability to various environments and threats. Interested parties must submit their responses, including any proprietary information, to Bobbi Brown at bobbi.r.brown4.civ@army.mil within 30 days of this notice.
    Procurement of High Mobility Artillery Rocket System (HIMARS) Launchers for Full-Rate Production (FRP) Years 18-19
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Redstone, is conducting market research through a Request for Information (RFI) to identify potential suppliers for the procurement of M142 High Mobility Artillery Rocket System (HIMARS) launchers for Full-Rate Production (FRP) for fiscal years 2027 and 2028. The procurement aims to support the Strategic and Operational Rockets and Missiles Project Office, requiring interested parties to provide white papers detailing their capabilities, past experience, and technical approaches to producing HIMARS launchers, with a focus on efficient and cost-effective execution. The HIMARS system is critical for tactical forces, enabling rapid and precise engagement of targets, and the total production quantities sought range from a minimum of 48 to a maximum of 192 units over the specified fiscal years. Responses to the RFI are due by December 20, 2025, and interested parties should direct inquiries and submissions to Tameka A. Parker at tameka.a.parker2.civ@mail.mil.