Request For Information_IVAS Next (SBMC)
ID: RFI-2_W91CRB_IVASNEXTType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)
Timeline
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking industry input through a Request for Information (RFI) for the Soldier Borne Mission Command (SBMC), previously known as the Integrated Visual Augmentation System (IVAS) Next. The objective is to gather capabilities for the development and manufacturing of the SBMC, which aims to enhance Soldiers' lethality, mobility, and situational awareness, thereby ensuring superiority against current and future adversaries. This system is designed to be a versatile platform that supports both combat operations and training exercises. Interested parties should refer to the attached documents for detailed instructions on responding to the RFI, and can contact Eric Roberts at Eric.J.Roberts48.civ@army.mil or Michael J. Kelly at michael.j.kelly99.civ@army.mil for further inquiries.

Point(s) of Contact
Files
Title
Posted
Mar 6, 2025, 10:06 PM UTC
The U.S. Army Contracting Command-Aberdeen Proving Ground is issuing a Request for Information (RFI) for the Integrated Visual Augmentation System (IVAS) Next, seeking industry input on capabilities to develop and manufacture this advanced system. The RFI aims to assess potential prime contractors for the IVAS Next, intended to enhance soldiers' lethality, mobility, and situational awareness, thereby providing an advantage over current and future adversaries. Responses should include narrative descriptions and may optionally contain hardware samples, adhering to specified formatting and content guidelines. Notably, this RFI does not constitute an obligation to issue a subsequent Request for Proposal (RFP) and does not mandate feedback on submissions. Additionally, it specifies that responses must avoid classified information and indicates that cost proposals will only be requested in a future RFP. Sample hardware submissions must follow detailed instructions for shipping and documentation and will be returned to the vendors after a grace period. Interested vendors must respond by February 26, 2025, by email, following designated protocols to ensure compliance. This RFI emphasizes the government's commitment to exploring advanced technology solutions for military applications while managing industry participation effectively.
Mar 6, 2025, 10:06 PM UTC
The Integrated Visual Augmentation System (IVAS) Next Request for Information (RFI) seeks vendor submissions detailing technical solutions for the IVAS Next System. Vendors are required to present a one-page executive summary followed by comprehensive narratives covering key components. These include system design, features such as heads-up displays and night vision, human-machine integration, and interoperability with existing communication networks. Vendors must also outline their systems engineering approach, focusing on modular design and model-based methodologies while addressing cost, software development practices, and extensibility. The document emphasizes program management strategies, including security protocols, manufacturing capabilities, and data rights. Quality assurance and product support strategies, including maintenance concepts and resource management, are also essential components. Additionally, vendors are to provide a risk management approach and demonstrate relevant experience in developing soldier-borne devices, augmented reality systems, and training tools. Lastly, projections on technology readiness and performance metrics are required, underscoring the need for innovation and effectiveness in the IVAS Next initiative aimed at enhancing operational capabilities for military personnel.
Mar 6, 2025, 10:06 PM UTC
The Soldier Borne Mission Command (SBMC) Request for Information (RFI) seeks industry feedback following the previous IVAS Next RFI and Virtual Industry Day. The U.S. government plans to launch a full competition for the SBMC system, requiring technical and cost proposals from participants. Key deliverables for technical proposals include thermal and low light modeling data, system architecture diagrams, functional sample hardware, and a comprehensive explanation of the approach to design, testing, and production. The government aims to conduct evaluations based on prototypes, focusing on performance metrics such as sensor functionality, display performance, and compatibility with weapon systems. Up to two awards may be granted based on a best value tradeoff, with prototypes expected within seven months of initial awards for government testing. The submission deadline for responses is set for 13 March 2025, with a firm requirement that no late submissions will be considered. This RFI serves informational and planning purposes only and does not commit the government to issue a solicitation or contract.
Mar 6, 2025, 10:06 PM UTC
The Soldier-Borne Mission Command (SBMC) Industry Questionnaire solicits feedback from industry stakeholders regarding the SBMC effort, previously referred to as IVAS Next. It requests essential information from vendors, including contact details, business size, and relevant NAICS codes. Key questions probe whether the respondent intends to act as a prime contractor, if they will join a teaming arrangement, and whether they prefer a Federal Acquisition Regulation procurement or an Other Transaction Agreement (OTA). The questionnaire also inquires about conditions necessary for an OTA, potential contracting incentives, desired prototype delivery timelines, and any difficulties in meeting the SBMC requirements as outlined in earlier government documentation. Additionally, it seeks information necessary for the development of a viable SBMC solution. The document underscores the government's intent to gather proprietary industry insights while emphasizing a collaborative approach in advancing mission command capabilities. Responses are confidential and intended solely for government evaluation. Overall, the questionnaire reflects the government's strategy in shaping the procurement process while encouraging industry participation.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Request for Solutions Brief (RFSB) Human-Machine Integrated Formation (HMIF) Robotic Autonomous System (RAS) Software Prototype and Integration
Buyer not available
The Department of Defense, through the U.S. Army's Rapid Capabilities and Critical Technologies Office (RCCTO), is issuing a Request for Solutions Brief (RFSB) for the development of a Human-Machine Integrated Formation (HMIF) Robotic Autonomous System (RAS) software prototype. The objective is to enhance operational effectiveness by integrating advanced robotic systems with human formations, focusing on robust command and control capabilities and interoperability with existing tactical networks. This initiative is critical for improving combat lethality and survivability in complex environments, with submissions due by May 12, 2025. Interested parties should direct inquiries to Simone Brightmon at simone.l.brightmon.civ@army.mil or Tessa Jones at tessa.a.jones.civ@army.mil.
Sources Sought Notice for Assault Breacher Vehicle (ABV) Integrated Vision System (IVS)
Buyer not available
The Department of Defense, specifically the Department of the Army, is conducting a market investigation to identify vendors capable of providing an Integrated Vision System (IVS) for the Assault Breacher Vehicle (ABV), a combat engineer vehicle designed to breach minefields and complex obstacles. The objective is to gather information to support a potential four-year Firm Fixed Price contract for the IVS, which is critical for enhancing the operational effectiveness of the ABV, comprising various subsystems such as cameras and a driver’s vision enhancement system. Interested organizations must submit a comprehensive Capability Statement detailing their qualifications and technical readiness by April 30, 2025, to Mr. Sean M. Cotten at sean.m.cotten.civ@army.mil, while noting that this notice is not a solicitation for proposals and does not guarantee contract awards.
Autonomous Platform Sensors
Buyer not available
The Department of Defense, specifically the Army Contracting Command Orlando (ACC-ORL), is seeking information from qualified organizations regarding the procurement of autonomous platform sensors for integration with small Unmanned Aerial Systems (sUAS) in live combat training environments. The objective is to gather insights on mature drone tracking and sensor devices that can enhance existing sUAS capabilities, enabling effective battlefield operations and training simulations. This initiative is crucial for augmenting the Army's ability to utilize sUAS technology in controlling both physical and information spaces during training exercises. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by May 30, 2025, to Mr. Brian Williams at brian.m.williams14.civ@army.mil or Mr. Marwane Bahbaz at marwane.bahbaz.civ@army.mil, with a maximum of five pages detailing their proposed solutions and capabilities.
Family of Basebands
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking information regarding the procurement of small form factor, modular, and scalable edge computing solutions under the initiative titled "Family of Basebands." The objective is to identify technologies that support transport cloud applications utilizing low-latency, high-throughput links, which are essential for operations conducted On-the-Move (OTM) and At-the-Quick-Halt, in alignment with the Next Generation Command and Control (NGC2) requirements. This initiative emphasizes the need for innovative solutions that enhance operational efficiency in dynamic environments, with a focus on modular open systems architecture and transport capabilities. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by May 21, 2025, and may direct inquiries to Tiffany Conway at Tiffany.L.Conway2.civ@army.mil or Jolene Sloley at Jolene.M.Sloley.civ@army.mil by May 7, 2025.
Request for Information (RFI), Vehicle Integrated Point Enhanced RADIAC (VIPER)
Buyer not available
The Department of Defense, specifically the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND), is conducting a Request for Information (RFI) for the Vehicle Integrated Point Enhanced RADIAC (VIPER) system. This initiative aims to identify industry sources capable of developing and integrating a system that enhances crew safety by providing accurate radiation monitoring for military personnel operating in potentially contaminated environments across various Army ground and aviation platforms. The VIPER system is intended to replace outdated technologies, focusing on real-time data transfer, self-diagnostic capabilities, and compatibility with existing military vehicles, while adhering to military standards for durability and maintenance. Interested parties should contact Kevin Rohe at kevin.t.rohe.civ@army.mil for further details and to participate in this market survey.
30mm Programmable Air Burst Ammunition
Buyer not available
The Department of Defense, specifically the United States Marine Corps (USMC), is seeking information regarding the integration of 30mm programmable airburst ammunition into the Amphibious Combat Vehicle (ACV-30). This Request for Information (RFI) aims to gather technical data on existing or developing 30mm airburst rounds to enhance the vehicle's capabilities against current and emerging threats. The ACV-30, equipped with a Kongsberg Defence & Aerospace Remote Weapon Station, is designed to improve lethality and maneuverability in diverse operational environments. Interested parties are encouraged to submit their capabilities and relevant past performance by May 30, 2025, at 4:00 PM local time, and should direct inquiries to Benjamin Hunsberger or Kendel Phillips via the provided contact details.
C5ISR Center MOSA Management Office (MMO) for CMOSS / VICTORY / MORA
Buyer not available
The Department of Defense, specifically the U.S. Army's C5ISR Center, is issuing a Special Notice regarding the C5ISR Center MOSA Management Office (MMO) for the Command, Control, Communication, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance / Electronic Warfare (C5ISR/EW) Modular Open Suite of Standards (CMOSS) and related interoperability specifications. The primary objective is to make the CMOSS Interoperability Requirements Specification (IRS) widely accessible, along with additional approved documentation that supports interoperability across military systems, thereby enhancing the integration of C5ISR capabilities. This initiative is crucial for ensuring that materiel developers and integrators can create compliant solutions that meet the evolving demands of military operations, ultimately promoting efficiency and adaptability in defense technologies. Interested parties can reach out to Jason Dirner at MMO@army.mil or John Nilsen at usarmy.apg.devcom-c5isr.mbx.mmo@army.mil for further information and to access the relevant documentation.
FMS Support, AN/PVS-14 Night Vision Devices (NVDs), GEN III, Monocular, including accessories
Buyer not available
The Department of Defense, specifically the U.S. Army, is soliciting proposals for the procurement of 700 AN/PVS-14 Night Vision Devices (NVDs), GEN III monoculars, as part of a Foreign Military Sales (FMS) initiative to Serbia. The contractor must adhere to stringent U.S. military specifications, including specific quality requirements for image intensifiers and compliance with various Federal Acquisition Regulations (FAR). This procurement is critical for enhancing military capabilities and ensuring operational readiness for allied forces. Interested small businesses must submit their proposals by noon EDT on May 21, 2025, and direct any inquiries to Contract Specialist Eric Polk at eric.w.polk3.civ@army.mil.
Managing Army's Human Capital - Innovation, Integration, and Implementation (MAHC III)
Buyer not available
The Department of Defense, specifically the Program Executive Office Enterprise, is seeking vendors to support the Integrated Personnel and Pay System – Army (IPPS-A) through the Managing Army's Human Capital - Innovation, Integration, and Implementation (MAHC III) procurement. This opportunity aims to identify companies capable of sustaining and enhancing the existing PeopleSoft platform, which integrates personnel and pay processes for over 1.1 million soldiers across various Army components. The initiative is critical for modernizing human capital management and ensuring operational efficiency through Agile methodologies and Continuous Integration/Continuous Delivery (CI/CD) practices. Interested parties must submit their responses to the Request for Information by December 16, 2024, and can direct inquiries to Abby Robbins or Shelly A. Hitt via their provided email addresses.
Product Manager (PdM) Combat Service Support Equipment (CSSE) Services RFI
Buyer not available
The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is seeking responses to a Request for Information (RFI) for Acquisition Lifecycle Management Support related to the Product Manager Combat Service Support Equipment (CSSE). The objective is to gather capabilities statements from interested vendors to assist in planning and executing acquisition programs that encompass logistics, engineering, risk management, and training for various Marine Corps systems. This initiative is crucial for ensuring the effective development and staffing of programmatic efforts that support the Marine Corps' operational requirements. Interested parties must submit their white papers by May 8, 2025, and direct any questions to Jessica Munoz at jessica.m.munoz.civ@usmc.mil or Ebony King at ebony.king@usmc.mil by April 15, 2025. Responses will become government property, and there is no obligation for the government to contract for the requested services.