CSO - USTRANSCOM Information Technology (IT) Enterprise Modernization (ITEM) Solutions
ID: TRANSCOM25CSO001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS TRANSPORTATION COMMAND (USTRANSCOM)USTRANSCOM-AQSCOTT AFB, IL, 62225-5357, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - SERVICE DELIVERY SUPPORT SERVICES: ITSM, OPERATIONS CENTER, PROJECT/PM (LABOR) (DD01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The United States Transportation Command (USTRANSCOM) is issuing a Commercial Solutions Opening (CSO) for Information Technology (IT) Enterprise Modernization (ITEM) Solutions, aimed at acquiring innovative IT solutions and services to enhance its operational capabilities. This solicitation seeks to address mission needs and close capability gaps through a competitive process that encourages a wide range of technical and business solutions, with submissions governed by specific Areas of Interest (AoIs). The CSO will remain open indefinitely, with proposals evaluated based on innovation, responsiveness, potential impact, and prior experience, and may lead to firm-fixed-price contracts or Other Transactions for prototype projects. Interested parties should contact Jonathan Severin at transcom.scott.tcaq.mbx.tcaq-ds@mail.mil for further information and are advised to monitor SAM.gov for updates and specific submission deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Transportation Command (USTRANSCOM) is issuing a Commercial Solutions Opening (CSO) for innovative IT Enterprise Modernization (ITEM) solutions, detailed in accordance with DFARS 212.70 and 206.102-70(a). This competitive solicitation seeks to acquire advanced information technologies and services to fulfill USTRANSCOM's mission, address capability gaps, and achieve technological advancements. The CSO outlines a multi-phase submission and evaluation process, starting with unclassified PowerPoint and White Paper submissions, potentially leading to pitch sessions, and culminating in detailed technical, Statement of Work (SOW), and price proposals. Awards can be Firm Fixed-Price contracts under the FAR or Other Transactions for prototype projects with potential for follow-on production. Key contact information for general inquiries is provided, and strict compliance with security clearances and incident reporting protocols is mandated. The evaluation focuses on innovation, responsiveness, potential impact, and price reasonableness. Foreign participation is not permitted, and all contractors must be registered in SAM. The government reserves the right to fund all, some, one, or none of the proposals.
    The USTRANSCOM is issuing a Commercial Solutions Opening (CSO) for innovative Information Technology (IT) solutions to enhance its operational capabilities. The CSO invites proposals to fill capability gaps within USTRANSCOM’s IT Enterprise, adhering to strict DoD security standards. It outlines a multi-phase submission process, starting with a PowerPoint briefing and white paper, followed by optional pitch sessions and, finally, a detailed technical proposal for select participants. Offerors must submit unclassified solutions and possess the requisite security clearances to handle classified data. Proposals will be evaluated based on criteria such as innovation, relevance, technical merit, and price reasonableness. Awarded contracts may take the form of firm fixed-price contracts or prototype agreements, emphasizing USTRANSCOM's preference for flexible sourcing options. The government aims to foster efficient collaboration with commercial entities by allowing the submission of innovative technologies and services, stimulating advancements that will support USTRANSCOM’s missions effectively. Interested parties are encouraged to frequently review the posting for updates and new areas of interest as the CSO will remain open indefinitely on SAM.gov, reflecting an adaptable approach to commercial solutions.
    The United States Transportation Command (USTRANSCOM) has issued a Commercial Solutions Opening (CSO) for Information Technology (IT) Enterprise Modernization (ITEM) Solutions, seeking innovative IT solutions and services. This competitive solicitation, in accordance with DFARS 212.70 and 206.102-70(a), aims to address mission needs, close capability gaps, and provide technological advancements within the USTRANSCOM Enterprise. The CSO will feature individual "CSO Calls" outlining specific Areas of Interest (AoIs). The government anticipates awarding firm-fixed-price contracts, including FAR-based contracts and/or Other Transactions (OTs) for prototype projects, with potential for follow-on production. The submission process involves up to three phases: Phase I (PowerPoint and White Paper), Phase II (optional Pitch Session), and Phase III (Technical, SOW, and Price Proposal). Evaluation criteria include innovation, responsiveness, potential impact, and prior experience. Foreign participation is not permitted, and classified information handling requires necessary clearances. Contractors must comply with various regulations, including SAM registration and incident reporting for USTRANSCOM information systems.
    The provided document outlines a structured template for project proposals, likely within the context of government RFPs, federal grants, or state/local RFPs. It requires a clear description of the proposed solution's approach (e.g., modify existing, new build) and its current state or technology readiness level. Key components include identifying the benefits of the solution in relation to the addressed Area of Interest (AoI), a bulleted list of technical and timeline challenges, and major milestones with anticipated delivery dates. The template also mandates a rough order of magnitude for funding across government fiscal years, a concise objective clarifying the AoI, and a brief, innovative description of the solution's technology or method. This comprehensive format ensures that proposals provide all necessary information for evaluation.
    The document outlines a proposal for a government project addressing a specific Area of Interest (AoI) through a new or modified technological solution. It details the current state of the proposed technology, indicating its level of readiness and maturation. Benefits of this solution are emphasized as relevant to the AoI, while a bullet-pointed list highlights potential technical and timeline challenges that may arise during implementation. Key milestones for the project over a five-year timeline are provided, including anticipated delivery dates for operational capabilities. The rough order of magnitude for funding required per fiscal year is also included, reflecting a structured financial plan. The document aims to present a clear objective, articulating the innovative aspects of the proposed technology or method. Overall, this proposal aligns with federal and state/local RFPs by outlining a comprehensive plan for addressing a government need, while ensuring accountability, timeline management, and resource allocation for successful project execution.
    Similar Opportunities
    IT and Support Divison Procurement Forecast is now available on USTRANSCOM's website
    Buyer not available
    The U.S. Transportation Command (USTRANSCOM) is announcing the availability of its Procurement Forecast for the IT and Support Services Divisions, which can be accessed on their official website. This forecast outlines anticipated procurement opportunities for fiscal years 2026 and 2027, detailing both the IT and Support Services and Transportation sectors. The information is crucial for businesses looking to engage with USTRANSCOM, as it provides insights into upcoming contracts and service needs. For further inquiries, interested parties can contact the USTRANSCOM Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL or by phone at 618-817-9407.
    USTRANSCOM SMALL BUSINESS
    Buyer not available
    The U.S. Transportation Command (USTRANSCOM), part of the Department of Defense, has issued a special notice regarding upcoming small business opportunities. Interested parties are encouraged to visit USTRANSCOM’s website to review the Procurement Forecast dated September 17, 2025, which outlines anticipated procurement needs for the Transportation Division for fiscal years 2026 and 2027. This forecast is crucial for small businesses looking to engage in contracts that support USTRANSCOM's mission in transportation logistics. For further inquiries, interested vendors can contact USTRANSCOM's Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL.
    IT Research and Advisory Subscription Services
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking a sole-source Firm-Fixed Price task order for IT Research and Advisory Subscription Services from Gartner, Inc. This procurement aims to renew subscription services that support USTRANSCOM’s IT initiatives, including Cloud, Big Data, and IT Portfolio Optimization, with Gartner being the only provider capable of meeting the necessary security clearance requirements. The contract period is anticipated to run from January 1, 2023, to December 31, 2023, and the contracting officer will ensure the order represents the best value by reviewing pricing and seeking additional discounts. For further inquiries, interested parties may contact Jordan Gerdes at jordan.m.lewis26.civ@mail.mil or Daniel Schwab at daniel.j.schwab11.civ@mail.mil.
    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.
    Commercial Solutions Opening (CSO) PEO-SDA
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking innovative solutions through its Commercial Solutions Opening (CSO) for the Program Executive Office SOF Digital Applications (PEO SDA). The objective is to accelerate the integration of commercially derived software innovations into deployable capabilities that enhance the effectiveness of Special Operations Forces (SOF). This initiative is crucial for developing software-intensive programs and technologies that can improve operational efficiency and lethality. Interested vendors are encouraged to submit Solution Briefs for evaluation, with the potential for awards to be made throughout 2024 and 2025. For inquiries, contact Christie Orlando at christie.r.orlando.civ@socom.mil or Kyle Zinnel at kyle.a.zinnel.civ@socom.mil.
    Air Force Operational Commercial Solutions Opening
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Commercial Solutions Opening (CSO) to acquire innovative commercial items, technologies, and services aimed at addressing various Air Force requirements and capability gaps. This initiative, authorized under Class Deviation 2022-O0007, seeks solutions priced under $100 million that can enhance mission capabilities, streamline operations, or provide technological advancements. Proposals must be submitted via email by September 30, 2026, and will be evaluated based on technical merit, importance to agency programs, and funding availability, with a focus on small businesses as this opportunity is a Total Small Business Set-Aside. Interested parties can reach out to the 87 CONS CSO Team at 87CONS.CSO.Team@us.af.mil for further information.
    Air Force - Small UAS & Asymmetric Capabilities - Commercial Solutions Opening
    Buyer not available
    The Department of the Air Force is initiating a Commercial Solutions Opening (CSO) to seek innovative commercial technologies that support defense and asymmetric capabilities, specifically through the Air Force Life Cycle Management Center's Special Operations Forces & Personnel Recovery Division. This CSO aims to address future requirements through a structured three-phase competitive process, which includes Solution Briefs, Pitch Sessions, and full written Proposals, although no proposals are being accepted at this time. The CSO is significant for enhancing the capabilities of the Air Force in areas of special operations and intelligence, surveillance, and reconnaissance. Interested parties can find further guidance in the attached documents, with the CSO open for an initial period until September 3, 2026, and no funding currently available for this initiative. For inquiries, contact the USAF Asymmetric Capabilities CSO Group at USAFAsymmetricCapabilitiesCSO@groups.af.mil.
    Defense Information Systems Agency (DISA) Commercial Solutions Opening (CSO) - Other Transactions for Prototype Projects
    Buyer not available
    The Defense Information Systems Agency (DISA) is inviting proposals for its Commercial Solutions Opening (CSO) HC108425S0001, aimed at fostering innovative commercial technologies through prototype projects. This initiative seeks to partner with both traditional and nontraditional defense contractors, as well as nonprofit organizations, to enhance defense capabilities while bypassing standard Federal Acquisition Regulations under the authority of 10 U.S.C. § 4022. The CSO outlines a three-phase evaluation process that includes submitting Solution Briefs, participating in Pitch sessions, and submitting full proposals for selected candidates, emphasizing technical merit and innovation aligned with specific Areas of Interest (AOIs). Interested parties can reach out to the DITCO OTA Mailbox at disa.scott.ditco.mbx.ps84-other-transaction-authority@mail.mil for further information, noting that awards will depend on available funding and may lead to follow-on production contracts for successful prototypes.
    AF CyberWorx Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force CyberWorx, is soliciting innovative commercial technologies and services via its Commercial Solutions Opening (CSO) FA7000-23-S-C001, aimed at enhancing critical defense capabilities. The initiative specifically seeks solutions for the Software-Defined Wide Area Network (SD-WAN) Phase II, which will improve the NIPR and SIPR network infrastructure across the USAFE-AFAFRICA area from July 23 to August 13, 2025, by integrating advanced technologies such as SD-WAN, SRv6, IP Address Management (IPAM), and upgraded DHCP systems. This procurement is vital for establishing a robust and secure communication network, ensuring compatibility with existing systems, and maintaining operational excellence. Interested parties should submit their proposals, including a Rough Order of Magnitude for equipment costs, to Gary Monson or Tikiwa Durrell at 10CONS.PK.Cyberworx@us.af.mil, with the submission process involving multiple phases and evaluation based on technical merit and funding availability.
    Analysis of Mobility Platfrom IDIQ Extension and Ceiling Increase
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking to extend and increase the ceiling of the Analysis of Mobility Platform (AMP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, HTC71118DD001, originally awarded to Raytheon BBN Technologies. This modification is necessary to continue the provision of highly specialized IT and telecom business application development support services, which are critical for USTRANSCOM's operations. The government has determined that these services are uniquely available from the original contractor, and any transition to a new source would lead to unacceptable delays in fulfilling the requirements. Interested parties can reach out to Lisa A. Kraft at lisa.a.kraft.civ@mail.mil or call 618-817-9445 for further information regarding this sole source justification.