ARMY OPEN SOLICITATION (AOS)
ID: W9128Z-25-S-A002Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT SW SECTORABER PROV GRD, MD, 21005-3013, USA
Timeline
    Description

    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground, has issued the Army Open Solicitation (AOS) to acquire innovative commercial solutions and research and development capabilities across all Army mission areas. This solicitation aims to enhance the Army's lethality by leveraging advanced commercial technologies and addressing identified Active Capability Gaps (ACGs) through a structured three-phase competitive process that includes Solution Briefs, Live Pitches, and Solution Proposals. The AOS remains open indefinitely, allowing for continuous submissions, while specific Calls for Solutions will have defined response periods; interested vendors must ensure they are registered in SAM and possess a Unique Entity ID (UEI) to participate. For further inquiries, contact Kristin Height or Robin Delossantos at usarmy.apg.acc.mbx.army-open-solicitation@army.mil.

    Files
    Title
    Posted
    The U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG) is issuing an "Army Open Solicitation (AOS)" to rapidly acquire innovative commercial technology and research and development solutions to support Army missions and enhance lethality. This solicitation, W9128Z-25-S-A002, will remain open indefinitely and spans all Army mission areas, including intelligence, communications, soldier equipment, and logistics. Companies can respond via two methods: Active Capability Gap (ACG) submissions, addressing identified Army needs, or Call for Solutions, responding to specific government-issued requests. Both methods involve phased evaluations, potentially including solution briefs, live pitches, and proposals. Awards, subject to funding, require vendors to have a Unique Entity ID (UEI) and be registered in the System for Award Management (SAM). The solicitation emphasizes iterative prototyping and allows for follow-on production contracts without further competition for successful prototypes.
    The U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG) has issued the Army Open Solicitation (AOS) W9128Z-25-S-A002, an open-ended solicitation to rapidly acquire innovative commercial and research and development solutions for the Warfighter across all Army mission areas. This solicitation, open in perpetuity, aims to accelerate the adoption of advanced commercial technology, transform Army capabilities, and grow the industrial base. It leverages various acquisition authorities, including Commercial Solutions Opening (CSO) and Broad Agency Announcement (BAA). Companies can respond through Active Capability Gap (ACG) submissions, addressing identified Army areas like Intelligence, Tactical Communications, or Aviation, or by responding to specific Call for Solutions posted on SAM.gov. Awards are contingent on funding and require companies to have a Unique Entity ID (UEI) and SAM registration. The solicitation also outlines procedures for iterative prototyping and potential follow-on production awards.
    The U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG) has issued the Army Open Solicitation (AOS) W9128Z-25-S-A002, a perpetual open solicitation aimed at rapidly acquiring innovative commercial and research and development solutions to enhance Army capabilities and revitalize the industrial base. This solicitation covers all Army mission areas, including intelligence, tactical communications, soldier equipment, and advanced manufacturing. Companies can respond via two methods: Active Capability Gap (ACG) submissions, which involve a multi-phase process (solution brief, live pitch, solution proposal), or Call for Solutions, which are specific government-issued requests posted on SAM.gov. Awards are contingent on funding availability and require companies to have a Unique Entity ID (UEI), SAM registration, and comply with government invoicing systems. The solicitation emphasizes iterative prototyping and allows for follow-on production contracts without further competition for successful prototypes. Non-government advisors may assist in evaluations, with proprietary information protected under strict federal guidelines.
    The Army Open Solicitation (AOS) W9128Z-25-S-A002 issued by the U.S. Army Contracting Command aims to advance the Army’s mission capabilities by enabling rapid acquisition of innovative solutions utilizing commercial technologies. This solicitation is open indefinitely, allowing industry partners to submit proposals to address specific areas such as Intelligence, Tactical Communications, and Advanced Manufacturing, among others. Response methods include Active Capability Gap (ACG) submissions, which invite solution briefs to bridge critical capability gaps, and Calls for Solutions, prompting targeted proposals to address identified needs. All submissions must comply with established protocols and the companies must register in the System for Award Management (SAM). The AOS leverages various acquisition authorities, including Commercial Solutions Opening (CSO) and Broad Agency Announcement (BAA), allowing flexibility in acquiring contracts, prototype projects, and innovative solutions. The Army seeks to enhance its capabilities and foster a robust industrial base by collaborating with industry partners. The process includes evaluating solutions through a structured review and may lead to contractual awards contingent upon the availability of funds.
    The U.S. Army Contracting Command – Aberdeen Proving Ground has issued an Army Open Solicitation (AOS) aimed at enhancing the Army's capabilities through innovative commercial technologies and solutions. Open indefinitely, this solicitation seeks to foster collaboration with industry partners to address critical capability gaps across various mission areas, which include intelligence, tactical communications, aviation, and advanced manufacturing. Proposals can be submitted in two ways: through Active Capability Gap submissions, which encourage broad responses to identified needs, or via specific Calls for Solutions that target particular challenges. Companies must register with the System for Award Management (SAM) and obtain a Unique Entity ID (UEI) to participate, while only a warranted Contracting Officer can bind the government. The solicitation emphasizes collaboration and rapid prototyping, allowing for the iterative development of solutions. A successful prototype may lead to a follow-on production contract, facilitating the transition from concept to practical application. The document outlines compliance requirements, submission procedures, and protects proprietary information aligned with federal regulations.
    The U.S. Army Contracting Command (ACC-APG) has issued an Army Open Solicitation (AOS) to facilitate the acquisition of innovative solutions across all Army mission areas, aimed at enhancing operational capabilities and revitalizing the industrial base. The solicitation remains open indefinitely, allowing for rapid procurement of advanced commercial technologies and research solutions. It encourages submissions through two methods: Active Capability Gap submissions for addressing mission-critical capability gaps and Calls for Solutions to pinpoint specific needs. The document outlines procedures for submission, evaluation, and potential negotiation of awards, emphasizing the importance of industry collaboration in innovation. Companies must have a Unique Entity ID and be registered in the System for Award Management (SAM) to receive contracts. Additionally, the AOS promotes iterative prototyping to refine solutions through feedback loops. The solicitation aligns with numerous Federal Acquisition Regulations and U.S.C. authorities to expedite the Army's modernization efforts while ensuring compliance with statutory requirements. The overarching goal is to foster competition, enhancing the Army's lethality and technological edge.
    The Army Open Solicitation (AOS) W9128Z-25-S-A002 aims to enhance the U.S. Army's capabilities by facilitating access to innovative commercial technologies and research solutions. The U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG) issued this solicitation to support ongoing missions and rejuvenate the industrial base. It encourages companies to submit proposals for solutions in various areas such as intelligence, communications, soldier equipment, and more. The submission process includes two main methods: Active Capability Gap (ACG) submissions for flexible proposals and Calls for Solutions to address specific challenges. Proposals may undergo a multi-phase evaluation process consisting of solution briefs, pitches, and detailed proposals. The solicitation emphasizes using innovative methodologies, including iterative prototyping, to adapt and refine technologies according to user feedback. Additionally, interested companies must have valid registrations and are required to adhere to procurement regulations. The Army may award contracts or Other Transactions based on proposals that meet set criteria. This solicitation represents a strategic effort to maintain the Army's technological edge and adapt swiftly to changing defense needs while fostering collaboration with industry partners.
    The U.S. Army's Open Solicitation (W9128Z-25-S-A002) is a perpetual solicitation aimed at accelerating the adoption of commercial technology and enhancing Army capabilities. Issued by the Army Contracting Command - Aberdeen Proving Ground, the solicitation invites industry partners to propose innovative solutions that address identified capability gaps across various mission areas, including intelligence, communications, and logistics. There are two submission methods: Active Capability Gap (ACG) submissions, allowing ongoing innovative proposals, and Call for Solutions for specific requests. Both processes emphasize collaboration and continuous updates to maintain alignment with evolving threats and technological advancements. Award decisions will be made based on individual submissions, and firms must register with the System for Award Management (SAM) before receiving awards. The solicitation outlines the procedures for negotiations and the iterative prototyping process that may lead to production contracts. Non-Government advisors may assist in evaluations under strict confidentiality agreements. This solicitation exemplifies the Army's strategy to leverage commercial innovation, foster competition among vendors, and ensure ongoing enhancement of military capabilities to maintain a competitive edge in defense operations.
    The Army Open Solicitation (AOS) outlines procedures for submitting Active Capability Gap (ACG) responses to address Army Example Areas. It details a three-phase competitive process: Solution Brief, Live Pitch, and full Solution Proposal. Phase 1, the Solution Brief, requires a concise submission (max five pages or fifteen slides) covering technical aspects, scalability, company viability, and a Rough Order of Magnitude (ROM) with a notional schedule. Submissions must be unclassified, and proprietary data needs specific markings. The government evaluates Solution Briefs based on technical merit, schedule feasibility, affordability, and company viability. Successful submissions may proceed to Phase 2 (Live Pitch) or Phase 3 (Solution Proposal), with invitations based on merit, government need, and funding. The document specifies award types (fixed-price, cost-type, OT authorities), small business considerations, and commercial terms. Companies are responsible for all submission costs, and awards are subject to funding availability and compliance with security, data storage, and export control regulations. Congressional notification is required for CSO awards exceeding $100 million. Cost-sharing contracts are also considered.
    The Army Open Solicitation (AOS) Attachment 1 outlines procedures for submitting Active Capability Gap (ACG) responses to Army Example Areas. This document details a three-phase competitive process: Solution Brief, Live Pitch, and Solution Proposal. Awards can be Fixed Price, Fixed Price Incentive, or Cost-type, utilizing FAR Part 12 or Other Transaction authorities. Companies are not reimbursed for submission costs in any phase. Submissions must be unclassified, adhere to strict formatting and content guidelines, and properly mark proprietary data. Small business considerations, foreign-owned business participation, and commercial terms are also addressed. Solution Briefs are evaluated on technical merit, schedule, and company viability, leading to categorization as
    The Army Open Solicitation (AOS) outlines procedures for submitting Active Capability Gap (ACG) responses for federal government RFPs, grants, and state/local RFPs. This document, revised on August 7, 2025, governs ACG submissions for CSO or BAA, detailing a three-phase process: Solution Brief, Live Pitch, and full Solution Proposal. Phase 1 involves submitting a Solution Brief, evaluated on technical merit, schedule feasibility, affordability, and company viability. Companies selected may proceed to Phase 2 (Live Pitch) or Phase 3 (Solution Proposal). Awards, subject to funding, can be fixed-price or cost-type using FAR-based or Other Transaction (OT) authorities. The Army will not reimburse companies for submission costs. Submissions must adhere to strict content, format, and proprietary data guidelines, with specific instructions for small and foreign-owned businesses. The document also addresses security clearances, data storage, export controls, congressional notification, and cost-sharing. It ensures compliance with federal acquisition regulations and promotes participation from diverse entities, including non-traditional defense contractors and small businesses.
    The Army Open Solicitation (AOS) outlines procedures for submitting responses to Active Capability Gaps (ACG) aimed at enhancing military capabilities. It consists of three phases: Solution Brief, Live Pitch, and Solution Proposal. The Phase 1 submission must include a concise solution brief not exceeding five pages or 15 slides and should address specific evaluation criteria, including technical merit, feasibility, affordability, and company viability. Solutions should be innovative and address defined capability gaps, with a rough order of magnitude (ROM) and schedule included. Companies, including small and foreign entities, may submit multiple proposals but must comply with unclassified data and proprietary information guidelines. All phases are subject to funding availability, and companies incur their own evaluation costs without government reimbursement. The solicitation emphasizes the importance of team qualifications, potential awards based on selected criteria, and compliance with security and export regulations. The overarching objective is to invite proposals that can fulfill military needs efficiently and effectively, thereby fostering innovation within the defense sector through competitive engagement.
    The Army Open Solicitation (AOS) outlines the procedures for responding to Active Capability Gaps (ACGs) in a competitive manner. These procedures include the submission of Solution Briefs, which undergo evaluation based on specified criteria. The process consists of three phases: Phase 1 involves submitting a Solution Brief, which must adhere to format requirements, including a title page and limits on length. Selected submissions may progress to Phase 2, a live pitch session, and Phase 3, which entails a full solution proposal. Evaluations focus on technical merit, feasibility, affordability, and company viability. The government retains discretion in selecting participants at each phase based on needs and available funding. Notably, the RFP promotes participation from both domestic and foreign businesses, emphasizing the importance of small business engagement and subcontracting plans. Additionally, specific guidelines for handling intellectual property and compliance with government regulations on security clearances, data storage, and export controls are established. The document stresses that participating companies will not be reimbursed for costs incurred during the solicitation phases. Ultimately, the AOS aims to acquire innovative solutions addressing identified capability gaps while ensuring fair evaluation and selection processes.
    The Army Open Solicitation (AOS) document outlines procedures for submitting Active Capability Gap (ACG) responses for Army projects. It details a three-phase submission process: Phase 1 involves submitting a Solution Brief, which is evaluated for technical merit, feasibility, affordability, and company viability. In Phase 2, selected companies may present a live pitch, while in Phase 3, companies could be invited to submit full proposals, subject to funding availability. The document emphasizes strict submission compliance, explicit evaluation criteria, and the importance of unclassified submissions, with specific guidelines for small business participation and intellectual property disclosures. Furthermore, it details requirements for security clearances, data storage, and export controls, ensuring that awarded contracts align with government regulations. Overall, the AOS facilitates innovative proposals that address capability gaps while adhering to federal procurement standards.
    The U.S. Army's Program Executive Office (PEO) Enterprise, Army Training Information System (ATIS), has issued a Call for Solution for the Army Training Management Capability (ATMC) (Project Number ENTERPRISE_25-01, Solicitation Number W9128Z-25-S-A002). This solicitation seeks innovative, commercial, and existing solutions to address the Army's current challenges in training management, which include a lack of integrated, automated tools and interoperability issues. The desired solution attributes include robust training scheduling, comprehensive training records management, advanced data analysis capabilities, seamless integration with existing ATIS architecture, Identity, Credential, and Access Management (ICAM), and efficient data migration from legacy systems. Solutions should be delivered as a fully functional prototype within a six-month period. Submissions are due by May 16, 2025, at 1200E, and will be evaluated based on technical merit, viability, feasibility, desirability, schedule, and price. The government prefers existing, verifiable commercial solutions and may award multiple prototype Other Transaction (OT) agreements, potentially leading to follow-on production contracts.
    The “Call for Solution for Managing Army’s Human Capital - Innovation, Integration, and Implementation (MAHC-III)” is an Army Open Solicitation (AOS) seeking a comprehensive solution to operate, maintain, and enhance the Integrated Personnel and Pay System – Army Increment II (IPPS-A Inc II). This system is the largest global implementation of PeopleSoft Human Capital Management (HCM) and Global Payroll, operating on a Non-secure Internet Protocol Router (NIPRNET) and Secure Internet Protocol Router Network (SIPRNET). The initiative aims to address challenges such as knowledge transfer, DevSecOps adoption, cloud migration, technical debt management, data quality, and user training. The desired solution objectives include innovating practices, increasing DevSecOps automation, utilizing cloud-native and low-code solutions, integrating new capabilities, subsuming legacy systems, expanding interfaces, and achieving maximum efficiencies. Submissions will be evaluated based on their ability to address the problem statement, align with MAHC-III objectives, demonstrate feasibility, and showcase innovation. The process involves a Solution Brief, potential Live Pitch, and a Solution Proposal, with strict requirements for content and submission.
    The Call for Solution for Managing Army’s Human Capital (MAHC-III) aims to enhance the U.S. Army's Integrated Personnel and Pay System – Army Increment II (IPPS-A Inc II) by soliciting innovative solutions for the management of Army HR and payroll software capabilities. The initiative seeks to operate and maintain the complex, global PeopleSoft HR system while developing new functionalities and improving integration with existing programs. Specific challenges include knowledge transfer, adopting modern DevSecOps practices, managing technical debt, improving data integrity, and scaling user training for over 1.1 million Soldiers. Proposals must showcase unique software development approaches that enhance efficiency and performance, with solutions aligning with set objectives such as maintaining the IPPS-A baseline, facilitating integration and testing, and supporting a responsive help desk. The awarding process will follow Army Open Solicitation protocols and will prioritize submissions demonstrating innovative capabilities and proven experience in similar projects. Each submission will undergo a structured evaluation process based on various criteria, including problem-solving effectiveness and innovation. The outcome aims to yield a reliable personnel system that seamlessly aids Army operations and enhances user experience through modernized and agile software practices.
    The Army Training Management Capability (ATMC) project, identified by Project Number ENTERPRISE_25-01, seeks innovative solutions to modernize the Army's training management processes. The open solicitation, W9128Z-25-S-A002, invites responses to improve planning, execution, and assessment of training across all Army components, aiming to alleviate burdens on leaders and enhance unit readiness through automated, integrated tools. Key solution attributes include collaborative training scheduling tools, training records management, data analysis functionalities, and integration capabilities with existing systems. Proposals should follow specific guidelines, addressing feasibility, viability, desirability, technical merit, schedule, and price. The submission deadline is May 16, 2025, and late submissions will not be considered. The solicitation emphasizes existing commercial capabilities and encourages responses from those meeting the desired solution criteria. Non-Government advisors will assist in evaluations, with potential follow-on production contracts stemming from successful prototypes. This initiative aligns with broader Army data goals, aiming to support readiness reporting and enhance training management through data-driven decision-making.
    The Army Training Management Capability (ATMC) Call for Solution, issued by the Program Executive Office (PEO) Enterprise, seeks innovative solutions to enhance the Army Training Information System (ATIS). The goal is to streamline training management processes by developing integrated, automated tools that alleviate burdens on leaders and improve unit readiness. Key issues include the lack of interoperability among current systems and reliance on manual processes for training assessments. The desired solution attributes encompass collaborative training scheduling, effective training records management, data analysis capabilities, systems integration, robust identity management, and support for data migration from legacy systems. Submissions are encouraged to demonstrate existing, innovative solutions within a four-page limit and are due by May 16, 2025. Evaluation criteria include technical merit, viability, feasibility, desirability, schedule, and price, with emphasis on innovative and adaptable technologies. Awarding a prototype Other Transaction (OT) may lead to further production contracts, emphasizing the potential for large-scale implementation across the Department of Defense. The Call for Solution outlines detailed procedures for submission and evaluation, ultimately aiming to enhance training and operational readiness within the Army.
    The Army Training Management Capability (ATMC) Request for Proposal (RFP) aims to enhance the Army Training Information System (ATIS) by soliciting innovative solutions to improve training management through integrated, automated tools. The project seeks to address current operational inefficiencies in training scheduling, record management, and data analysis, aimed at alleviating burdens on company-level leaders and enhancing unit readiness. The desired solution must facilitate collaborative training planning, maintain accurate training records, and provide robust data analytics, while ensuring compatibility with existing DoD systems. Submissions for the proposal are due by May 16, 2025, and must conform to specific requirements, including a four-page limit on Solution Briefs. Criteria for evaluation will prioritize technical merit, viability, and feasibility. Innovative existing solutions with proof of effectiveness are preferred, as the Government may directly award contracts following submissions. Additionally, the ATMC project has a projected follow-on production potential, further underscoring its anticipated impact on Army operations. This RFP aligns with broader DoD initiatives for improved data utilization in training management, reflecting the Army's commitment to operational excellence and readiness.
    The Army Training Management Capability (ATMC) solicitation invites solutions to improve Army training management through integrated, automated tools. Issued by the Program Executive Office (PEO) Enterprise, this project (ENTERPRISE_25-01, W9128Z-25-S-A002) seeks to enhance the efficiency of training planning, execution, and assessment across various Army training domains. The current challenges include disjointed systems leading to unsynchronized scheduling and manual evaluation processes that detract from training effectiveness and readiness. Key solution attributes include features for collaborative training scheduling, comprehensive training records management, data analytics capabilities, integration with existing Army systems, and secure identity and access management. The document specifies submission guidelines, evaluation criteria based on feasibility, viability, desirability, technical merit, schedule, and price, and the potential for follow-on production contracts post-prototype development. Submissions are due by May 16, 2025, with specific instructions on format and content, emphasizing innovative and existing solutions adaptable for Army needs. The solicitation underscores the urgency for modern tools by noting that submissions demonstrating proven commercial capabilities will be favored, while also allowing for flexibility in evolving the chosen solutions through the prototype phase into subsequent production contracts.
    The U.S. Army is soliciting solutions through the Managing Army’s Human Capital - Innovation, Integration, and Implementation (MAHC-III) initiative to enhance its Integrated Personnel and Pay System – Army (IPPS-A) Increment II capabilities. This project aims to operate and maintain the Army's extensive HR and payroll system while improving development methodologies, particularly by transitioning to Agile practices. Key challenges include knowledge transfer, integration of DevSecOps, and managing a hybrid Cloud infrastructure that accommodates legacy systems. The desired solutions should increase automation, reduce technical debt, and deliver enhanced training programs for over 1.1 million Soldiers. The Call for Solutions, managed by the Program Executive Office Enterprise, invites companies to submit innovative proposals by June 27, 2025. Proposals should address specific objectives related to system maintenance, product integration, Help Desk operations, and HR software development while adhering to established compliance and cybersecurity protocols. Submissions will undergo a multi-phase evaluation, focusing on feasibility, operational impact, and differentiation from existing solutions. Selected proposals may lead to contract awards under federal procurement regulations. The call emphasizes preference for proven capabilities in agile software development and PeopleSoft HCM project experience, while resellers and academic proposals are excluded.
    The U.S. Army's Integrated Personnel and Pay System - Army Increment II (IPPS-A Inc II) has issued a Call for Solution focused on managing the Army's Human Capital under the Managing Army's Human Capital - Innovation, Integration, and Implementation (MAHC-III) initiative. The objective is to operate, maintain, and enhance a comprehensive HR and payroll software solution, primarily utilizing Oracle's PeopleSoft platform. Key challenges include knowledge transfer, modernizing development practices, addressing technical debt, and scaling training for over a million users. The Army seeks innovative solutions that improve efficiency and user adoption while transitioning to a cloud-native architecture by 2032. This solicitation will proceed in phases: a Solution Brief, live pitch, and comprehensive proposal. Offerors must present demonstrable experience with Agile and PeopleSoft HCM. The government prefers submissions demonstrating proven success and innovation in integration, automation, and user training. The outcome will be contracts awarded in line with FAR and DFARS regulations, ensuring seamless system operation and enhancing personnel management within the Army.
    The Call for Solution titled "Managing Army’s Human Capital - Innovation, Integration, and Implementation" (MAHC-III) seeks proposals to operate and enhance the Integrated Personnel and Pay System – Army Increment II (IPPS-A Inc II). This initiative, issued by the Program Executive Office Enterprise, aims to maintain and develop HR and payroll software capabilities for the Army, addressing challenges after transitioning to Agile practices and preparing for Cloud migration by 2027. Key objectives include maintaining operational reliability, increasing automation in DevSecOps, and integrating new capabilities while managing legacy systems. The proposal submission deadline is June 27, 2025, with responses evaluated based on innovation, relevant experience, and alignment with the Department of Defense acquisition pathways. Interested organizations must demonstrate expertise in SAFe frameworks and PeopleSoft HCM solutions, with the potential for multiple awards or none at all, emphasizing the Government's preference for innovative commercial capabilities. Overall, this RFP indicates the Army's commitment to improving HR management through advanced technologies and collaboration.
    The document provided is a placeholder or an instruction page for opening a PDF portfolio. It indicates that the file should be opened with Acrobat X or Adobe Reader X, or later versions, for the best experience. The document also provides a prompt to "Get Adobe Reader Now!" This suggests that the primary purpose of this file is to guide the user on how to access and view the actual content of a PDF portfolio, rather than containing substantive information itself. Therefore, it serves as a technical instruction or a gateway to a larger set of documents relevant to government RFPs, federal grants, or state/local RFPs, which would be contained within the PDF portfolio once opened correctly.
    The Managing Army’s Human Capital - Innovation, Integration, and Implementation (MAHC-III) Q&A document addresses critical aspects of the Army's human capital management solicitation. Key areas clarified include the format and page count for Gate Criteria references (now 1-2 pages inclusive with Company Information), the absence of SSEB, SSAC, or SSA in the selection process, and confirmation that the solution should align with MAHC-III objectives and solve stated problems. The document also details the removal of font requirements, reiterates the 10-page limit for the Phase I Solution Brief, and identifies Chenega MIOS - Cyberstar, LLC as the sole non-government advisor, emphasizing OCI analysis requirements. SAM.gov is confirmed as the official platform for updates and submissions, with RFI responses to be emailed. The 10,000-user threshold for PeopleSoft HCM experience remains firm, as does the evaluation criteria regarding classified environments. While a single vendor award is preferred, the final determination is pending Phase III. The current incumbent is CACI Inc.-Federal. Oracle is under contract for cloud migration, with MAHC-III supporting re-factoring and testing. The document also provides details on current PeopleSoft versions (HCM 9.2 PUM 49, PeopleTools 8.60.11) and implemented modules, along with information on COOP/Disaster Recovery and future plans for integrating Global Payroll to replace DJMS. All offerors, regardless of business size, meeting the gate criteria will be considered.
    The document outlines various federal and state funding opportunities, including Requests for Proposals (RFPs) and grants focused on improving public services and community development. It indicates collaboration among agencies to ensure funding aligns with governmental priorities and community needs. Among the key topics are criteria for eligibility, project objectives, and submission guidelines for potential applicants. The emphasis is on transparency, encouraging local governments and organizations to engage effectively in the proposal process. Moreover, it outlines timelines for application submissions and review processes, detailing how selected projects will contribute to societal improvements. Overall, the document serves as a vital resource for entities seeking government financial assistance, providing clarity on processes and expectations to enhance project outcomes aligned with public service goals.
    The Managing Army’s Human Capital - Innovation, Integration, and Implementation (MAHC-III) Call for Solutions outlines the Army’s approach to enhancing its human resource and payroll systems through innovative solutions. The document addresses various queries from prospective offerors regarding submission criteria, evaluation processes, and requirements. Key points include the clarification that submissions must not exceed 10 pages, the necessity for at least one referenceable program demonstrating experience with a PeopleSoft Human Capital Management solution supporting a minimum of 10,000 users, and the importance of vendor qualifications amid concerns of organizational conflict of interest (OCI). The Army emphasizes a preference for a single comprehensive solution provider and has detailed responses regarding submission formats, evaluation criteria, and project timelines. The intent of the solicitation is to gather innovative proposals that align with the MAHC-III Objectives while promoting efficiency in managing personnel and payroll for over 1.1 million soldiers. This document is part of a competitive federal procurement process aimed at ensuring effective evaluation and selection of service providers capable of meeting the Army’s specific operational requirements.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    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.
    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.
    Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command – Red River Army Depot (ACC-RRAD) is issuing a Commercial Solutions Opening (CSO) aimed at modernizing its Organic Industrial Base (OIB) through the acquisition of innovative commercial items, technologies, and services. This initiative focuses on enhancing capabilities in areas such as agile facilities, advanced manufacturing, automation, and workforce development, with the goal of improving operational results and maintaining technological superiority. The CSO is continuously open until September 30, 2026, and interested parties must submit proposals for specific Areas of Interest (AoIs) by November 20, 2025, or November 30, 2025, depending on the AoI. For further inquiries, interested companies can contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil or Jacob Horn at jacob.j.horn.civ@army.mil.
    Army Contracting Command – Anniston Army Depot (ACC-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Anniston Army Depot, is soliciting proposals for the Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO). This initiative aims to procure innovative commercial technologies and services that enhance Army operations, focusing on areas such as agile manufacturing, advanced manufacturing, and cyber security, as mandated by the 2022 National Defense Authorization Act. The CSO is critical for integrating modern technologies into existing manufacturing processes to improve operational efficiency and military readiness. Proposals are accepted until September 30, 2030, and interested parties can contact Amber Burdett at amber.e.burdett.civ@army.mil or 571-588-0960 for further information.
    U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command at Anniston Army Depot is seeking innovative solutions through a Commercial Solutions Opening (CSO) aimed at modernizing its Organic Industrial Base (OIB). The procurement focuses on acquiring advanced technologies and services, particularly in areas such as automation, advanced manufacturing, and cybersecurity, to enhance the Army's operational capabilities and efficiency. This initiative is critical for maintaining military readiness and ensuring the Army's technological superiority in defense operations. Interested contractors must submit proposals by July 10, 2025, for the Automatic Storage and Retrieval System (ASRS) and by August 6, 2025, for the Oil Test Stand, with site visits scheduled for June 25 and July 15, 2025, respectively. For further inquiries, potential bidders can contact Amber Burdett at amber.e.burdett.civ@army.mil or Diana Ponder at diana.m.pritchettponder.civ@army.mil.
    Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command – Red River Army Depot (ACC-RRAD) is issuing a Commercial Solutions Opening (CSO) aimed at modernizing its Organic Industrial Base (OIB) through innovative commercial items, technologies, and services. The primary objectives include enhancing capabilities in agile facilities, digital enterprise, advanced manufacturing, automation, and cybersecurity to support the Army's modernization efforts and improve operational efficiency for Warfighters. This CSO is particularly significant as it allows both traditional and non-traditional defense contractors to participate in a streamlined acquisition process, with proposals due by November 20, 2025, for specific Areas of Interest (AoIs) and a general submission deadline of September 30, 2026, for the overall CSO. Interested parties can reach out to the primary contact, CSO Inbox, at usarmy.rrad.acc.mbx.cso@army.mil for further information.
    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.
    Self-Propelled Howitzer Systems (SPHS) Commercial Solutions Opening (CSO)
    Buyer not available
    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.
    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.
    Commerical Solutions Opening - GRL
    Buyer not available
    The Department of Defense, through the Engineer Research and Development Center (ERDC) Geospatial Research Laboratory (GRL), is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial technologies and services. The solicitation aims to enhance mission command environments, develop full 3D mapping capabilities, and advance remote sensing technologies, inviting proposals for both existing technologies and new applications that address geospatial capabilities. Proposals will be evaluated based on technical innovation, relevance to agency needs, and pricing, with a maximum of two submission volumes allowed. The solicitation is open until June 30, 2026, and interested parties can contact Anna Crawford at Anna.Crawford@usace.army.mil or LaShanda Areghan at lashanda.d.areghan@usace.army.mil for further information.