ContractSolicitation

Automated Digital Network System (ADNS) Multiple Award Contract (MAC)

DEPT OF DEFENSE N0003925R9510
Response Deadline
Aug 5, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Naval Information Warfare Systems Command, is soliciting proposals for the Automated Digital Network System (ADNS) Multiple Award Contract (MAC), valued at up to $452.9 million. This procurement aims to deliver Build-to-Print ADNS production units, Cyber Threat Upgrades, and associated components for various naval platforms, including surface ships, submarines, and aircraft. The ADNS is crucial for enhancing tactical Wide Area Network capabilities, ensuring effective communication and operational readiness within the Navy. Interested contractors must submit their proposals by August 5, 2025, and can direct inquiries to Susana L. Wiker at Susana.L.Wiker.civ@us.navy.mil or Andrea M. Cohn at Andrea.M.Cohn.civ@us.navy.mil.

Classification Codes

NAICS Code
334210
Telephone Apparatus Manufacturing
PSC Code
7G20
IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)

Solicitation Documents

28 Files
Attachment 5_N0003925R9510_ADNS MAC CUI NDA.docx
Word31 KBJun 16, 2025
AI Summary
The Automated Digital Network System (ADNS) Request for Proposal (RFP) N0003925R9512 outlines the requirements for recipients interested in accessing Controlled Unclassified Information (CUI) documents related to the proposal. The document specifies that only U.S. Department of Defense contractors with a SECRET Facility Clearance are eligible to request access. Recipients must sign a Non-Disclosure Agreement (NDA) agreeing to use the documents solely for government purposes related to their RFP response, with restrictions against commercial use and unauthorized disclosure. The NDA permits up to two Technical Points of Contact (TPOCs) for internal distribution of the documents, provided that appropriate security measures are followed. Recipients must destroy the documents within thirty days after the RFP deadline and notify designated government representatives upon destruction. The RFP also highlights that the government holds no liability regarding the suitability of the documents and reserves the right to restrict access for any breaches of the agreement. Overall, the document underscores the importance of confidentiality and security in handling sensitive information in the context of federal contracting processes.
N0003925R9510_Conformed thru Amendment 0001.pdf
PDF1105 KBJun 17, 2025
AI Summary
The document outlines a Request for Proposal (RFP) from the U.S. Navy, specifically for the Automated Digital Network System (ADNS). The RFP establishes an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) with a total not-to-exceed ceiling of $452,900,000. The work involves the provision of ADNS Production Units, sub-assemblies, spare parts, software, and associated services, all detailed in the Statement of Work. Offerors are instructed not to propose prices for certain line items and must adhere to stipulated timelines for proposal submissions, including deadlines for questions. It emphasizes the importance of compliance with security requirements and contractor responsibilities concerning quality assurance and employee identification. Additionally, the document specifies the contractual clauses that govern the solicitation, payment instructions, and insurance requirements that contractors must fulfill. Overall, the RFP aims to facilitate the procurement of critical IT infrastructure components while ensuring transparency and fairness through formal bidding procedures.
Attachment 2_N0003925R9510_ADNS MAC DD254_30OCT2024.pdf
PDF1445 KBJul 28, 2025
AI Summary
The document is a DD Form 254, which specifies security classification requirements for a procurement contract related to the PMW 160 Wide Area Networks with the Naval Warfare Systems Command. It outlines that a Secret security clearance is necessary at the contractor's facility for access to classified materials. The procurement involves multiple contractors and subcontractors, with performance locations specified in South Carolina and California. The contractor will require access to communications security information, controlled unclassified information, and other classified data. It emphasizes strict adherence to the National Industrial Security Program (NISP) and outlines specific obligations regarding the safeguarding of information, operations security, and incident reporting. The public dissemination of any information is regulated, requiring prior approval from designated authorities. In summary, this document serves as a critical framework for maintaining the integrity and security of classified information as part of a government contracting process.
Attachment 1_N0003925R9510_ADNS MAC SOW_11 JUN 2025.pdf
PDF653 KBJun 17, 2025
AI Summary
The Statement of Work (SOW) outlines requirements for the Automated Digital Network System (ADNS) under a multiple award contract (MAC) for the Department of the Navy's Program Executive Office for Command, Control, Communications, Computers, and Intelligence (PEO C4I). It encompasses the production and deployment of ADNS units and components, including software and upgrades to meet inventory objectives for maritime operations. The ADNS provides essential tactical communications for naval forces, utilizing both Commercial Off-the-Shelf (COTS) and Government Off-the-Shelf (GOTS) technologies. Key aspects include program management, quality assurance, environmental compliance, and supply chain risk management. Requirements involve post-award conferences, program management reviews, and technical interchange meetings. Contractors must adhere to stringent security measures, including adherence to NIST guidelines, ensuring multi-factor authentication, and providing revelation reports in case of cybersecurity issues. The MAC supports an indefinite delivery of various network functionalities aligned with the needs of shore and afloat platforms while prioritizing small business utilization and environmental safety throughout the project lifecycle. This document exemplifies government procurement frameworks focusing on advanced network systems to enhance military operational capabilities for the Navy.
Exhibit A_N0003925R9510_ADNS MAC CDRLs_11 JUN 2025.pdf
PDF869 KBJul 28, 2025
AI Summary
The Contract Data Requirements List (CDRL) outlines the deliverables expected under the Automated Digital Network System (ADNS) contract (N0003925R9510) for the Department of the Navy's Program Executive Office. The document delineates various data items required from the contractor, including Presentation Materials, Meeting Minutes, Monthly Status Reports, and Configuration Management documentation, among others. Each item specifies submission frequency and format requirements, typically in Microsoft Office formats. The contractor must provide timely reports detailing project progress, technical meetings, quality assurance plans, and compliance with Item Unique Identification (IUID) marking. Additionally, the report emphasizes the importance of regulatory compliance, data accuracy, and thorough documentation to ensure effective project oversight and quality control, aligning with established Department of Defense guidelines. The document signifies the government's commitment to transparency and accountability in its procurement processes and highlights crucial administrative practices necessary for successful contract execution.
Attachment 3_N0003925R9510_ADNS MAC Contractor Performance Evaluation Survey.docx
Word36 KBJul 28, 2025
AI Summary
The document outlines the Contractor Performance Evaluation Survey related to the competitive service contract Solicitation N0003925R9510 by the Naval Information Warfare Systems Command. It seeks past performance information from references about a specified contractor's performance across five areas: Quality, Schedule, Cost Control, Management, and Regulatory Compliance. The survey requests evaluators to rate the contractor’s adherence to contract specifications, timely delivery, cost management, and overall customer satisfaction. Key areas also include the contractor's management of subcontractors and small business participation. Evaluators are prompted to provide qualitative feedback for outstanding or unsatisfactory ratings. The purpose is to assess contractor capabilities, ensuring effective performance and compliance with federal contracting standards. The completed surveys, along with any pertinent information, must be returned within ten working days. This evaluation process is critical for the successful awarding of contracts geared toward enhancing operational effectiveness within government projects.
N0003925R9510_ADNS MAC Solicitation_06-13-2025.pdf
PDF1204 KBJul 28, 2025
AI Summary
The document outlines a federal Request for Proposal (RFP) for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) focused on the Automated Digital Network System (ADNS). The contract, valued at up to $452,900,000, will include the supply of hardware systems, system components, and software related to ADNS production and upgrades. Important elements include submission deadlines, evaluation factors, and necessary compliance with security and insurance requirements. The contract delineates procurement procedures for firms, emphasizing competition among small businesses and compliance with specific regulatory clauses. Additionally, provisions for health and safety, contractor identification, and risk management are emphasized to ensure proper handling of classified materials and maintenance of security protocols. The selection process will utilize a best-value approach, fostering transparency and encouraging multiple proposals, while the contract spans a maximum of ten years. This RFP indicates a significant government investment in technological infrastructure, and adherence to strict guidelines reflects the commitment to security and efficiency.
Attachment 1_N0003925R9510_ADNS MAC SOW REV 1_02 JULY 2025.pdf
PDF286 KBJul 28, 2025
AI Summary
The Statement of Work (SOW) outlines the requirements for the Automated Digital Network System (ADNS) Multiple Award Contract (MAC) from the Department of the Navy's Program Executive Office for Command, Control, Communications, Computers, and Intelligence (C4I). This contract focuses on the procurement, production, and deployment of ADNS units, components, and related software, enabling tactical Wide Area Network capabilities for naval operations. The SOW specifies a broad scope encompassing program management, production management, quality assurance, risk management, security compliance, and environmental health standards. Key aspects include the establishment of a robust Quality Assurance Program according to ISO standards, adherence to cybersecurity regulations, and management of supply chain risks. The contractor must provide detailed documentation of all deliverables, including progress reports and hazard material management, while ensuring compliance with applicable standards and regulations. The ADNS MAC will support the delivery of a Software Defined Network solution, facilitating efficient upgrades and maintenance across naval platforms. This document is crucial for procurement processes, serving as a foundation for contract execution and ensuring military readiness through advanced communication systems.
N0003925R9510_Amendment 0001_06-13-2025.pdf
PDF545 KBJul 28, 2025
AI Summary
The document is an amendment to a governmental solicitation for the Automated Digital Network System (ADNS) Multiple Award Contract (MAC). It outlines changes regarding the incorporation of new attachments and instructions for accessing the solicitation via SAM.gov, moving away from previous platforms. It details specific requirements for proposals, emphasizing the need for controlled unclassified information (CUI) and the process to obtain access to CUI documents, which requires the submission of an approved DD Form 2345 and a Non-Disclosure Agreement. The solicitation aims to procure ADNS production units, software upgrades, and components for various platforms, including shore, surface, submarine, and airborne systems. Offerors must submit proposals comprising a detailed technical proposal and contractual documents. The evaluation criteria focus on production processes, management approaches, past performance, and small business participation. Offerors are required to provide thorough and specific responses within suggested limits while ensuring compliance with security and regulatory standards. The document serves as a guide for potential contractors to navigate the proposal process effectively and meet the Navy's contractual requirements.
N0003925R9510_ADNS MAC_Conformed through 0002.pdf
PDF1206 KBJul 28, 2025
AI Summary
The document outlines a Request for Proposal (RFP) for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) issued by the Naval Information Warfare Systems Command (NAVWAR). The maximum ceiling for this contract is set at $452,900,000, which encompasses various supplies and services, specifically focused on Automated Digital Network System (ADNS) production units, system spares, software, and additional support. Offerors must comply with established security requirements and provide their submissions within a defined timeline, emphasizing the need for compliance with all terms and conditions specified in the solicitation. The contract underlines the importance of following federal acquisition regulations, including provisions for price evaluation, various order management processes, payment instructions, and requirements for contractor insurance. Notably, the selection of contractors will be based on a best value evaluation process. The document also incorporates clauses pertinent to the handling of confidential information, addressing special contract requirements, and outlining procedures for future delivery orders. The clear organization of the document ensures that users can navigate through significant topics like supplies and services, contract clauses, pricing, and administration without ambiguity, demonstrating a structured approach to government procurement.
N0003925R9510_ADNS MAC_QA Set 01_02 JUL 2025.pdf
PDF114 KBJul 28, 2025
AI Summary
The ADNS MAC Solicitation (N0003925R9510) outlines requirements and procedures for a government contract focused on Automatic Digital Network System (ADNS) software procurement, including initial software and renewals. It addresses 23 questions about contract specifics, clarifying terminology such as "ADNS Initial Software" and defining responsibilities for software renewals and maintenance. Key responses include the government's stance on safeguarding classified information, confirmation that offerors do not need to track software licenses, and the format for proposal submissions, which will be outlined in an amended document. Amendments noted include updates on clarification of software definitions, past performance evaluation requirements, and adjustments to submission formats. The document is essential for ensuring compliance with proposal standards and expectations in the competitive contracting environment, ultimately aiming to standardize processes for better contractor engagement in the procurement of ADNS-related software.
Attachment 5_N0003925R9510_ADNS MAC CUI NDA.pdf
PDF391 KBJul 28, 2025
AI Summary
The Automated Digital Network System (ADNS) Request for Proposal (RFP) N0003925R9512 outlines the requirements for recipients interested in accessing Controlled Unclassified Information (CUI) documents related to the proposal. The document specifies that only U.S. Department of Defense contractors with a SECRET Facility Clearance are eligible to request access. Recipients must sign a Non-Disclosure Agreement (NDA) agreeing to use the documents solely for government purposes related to their RFP response, with restrictions against commercial use and unauthorized disclosure. The NDA permits up to two Technical Points of Contact (TPOCs) for internal distribution of the documents, provided that appropriate security measures are followed. Recipients must destroy the documents within thirty days after the RFP deadline and notify designated government representatives upon destruction. The RFP also highlights that the government holds no liability regarding the suitability of the documents and reserves the right to restrict access for any breaches of the agreement. Overall, the document underscores the importance of confidentiality and security in handling sensitive information in the context of federal contracting processes.
N0003925R9510_ADNS MAC_Amendment 0002_07-02-2025.pdf
PDF802 KBJul 28, 2025
AI Summary
This document outlines the amendment for the Automated Digital Network System (ADNS) Multiple Award Contract (MAC) procurement. It includes updates on the submission of proposals, detailing the incorporation of a Statement of Work and modifications to proposal submission guidelines. The primary aim is to supply Build-to-Print ADNS production units, Cyber Threat Upgrades, and other associated components for various platforms within the Navy. Offerors must address specific evaluation factors like production processes, management practices, and past performance to qualify. The proposal consists of two volumes: a Technical Proposal and Contract Documents, covering aspects such as workforce management, production plans, risk management, and small business participation. Important deadlines and procedural requirements for submission are highlighted, emphasizing compliance with classified information regulations. Overall, the amendment aims to set clear expectations for contractors while ensuring adherence to government standards and goals.
Attachment 4_N0003925R9510_ADNS MAC Relevant Experience Form.docx
Word28 KBJul 28, 2025
AI Summary
The document outlines the Relevant Experience Form required for a government Request for Proposal (RFP). It includes structured fields for detailing prior contract work, referencing organizations, contract specifics, and customer interactions. Key points include providing references with contact information, the status of existing contracts, and a summary description of past work relevant to the RFP. It also emphasizes the evaluation of subcontractor contributions and the relevance of experiences with prior customers to the current solicitation, specifically in the context of NAVWAR. Attachments for performance evaluations, such as CPARS, are also encouraged to substantiate the respondent's capabilities. The document serves to collect comprehensive past performance data from applicants to assess their qualifications for government contracts. This is essential in ensuring that prospective contractors can demonstrate relevant experience and a successful track record in similar projects.
Attachment 2a_PEO C4I OPSEC.pdf
PDF152 KBJul 28, 2025
AI Summary
The document outlines Operations Security (OPSEC) requirements pertinent to contractors under the Naval Information Warfare Systems Command (NAVWARSYSCOM). It stipulates adherence to various Department of Defense (DoD) and Navy directives designed to protect sensitive information related to military operations and systems. Contractors must implement OPSEC measures to safeguard DoD Critical Information, which encompasses vulnerabilities, capabilities, operational characteristics of U.S. systems, and details of military missions. Key points include mandatory training on OPSEC, stringent communication protocols for sharing Critical Information, and strict disposal and access control measures. Contractors are also required to document relevant Critical Information and are advised to consult the designated Points of Contact for resolution of OPSEC issues. Furthermore, all OPSEC requirements must be communicated to subcontractors. These protocols underscore the importance of safeguarding sensitive military data to prevent adversarial exploitation. Overall, the document serves as a guideline to ensure secure operations and protect national security interests.
Exhibit A_N0003925R9510_ADNS MAC CDRLs_Rev 01_15 JULY 2025.pdf
PDF855 KBJul 28, 2025
AI Summary
The document outlines the Contract Data Requirements List (CDRL) for the Automated Digital Network System (ADNS) under the Department of the Navy, specifically the Program Executive Office (PEO), Command, Control, Communications, Computers and Intelligence (C4I). It details the requirements for various data items essential for effective program management and oversight. Key deliverables include presentation materials for meetings, meeting minutes including action items, monthly status reports, integrated program management data, contractor progress reports, contractor business data reports, quality assurance plans, and test/inspection reports. Each section specifies submission formats, timelines, and the responsibility for ensuring compliance. Contractors must submit documents in defined formats (such as Microsoft Office) within specified deadlines, and all submissions need to be uploaded to the PMW 160 CMPRO site. The necessity for detailed reporting supports the government's objective of maintaining oversight and ensuring quality control within the contracted services, which aligns with the established guidelines and policies of the governorship in managing taxpayer funds efficiently and transparently.
N0003925R9510_ADNS MAC_Conformed through 0003.pdf
PDF1153 KBJul 28, 2025
AI Summary
The document outlines a Request for Proposal (RFP) issued by the Naval Information Warfare Systems Command for a multi-award contract related to the Automated Digital Network System (ADNS). The solicitation includes key details like the contract type, maximum value of $452.9 million, and the requirements for various supplies and services, such as hardware systems, software, spare parts, and accompanying kits. As an Indefinite Delivery Indefinite Quantity (IDIQ) contract, it allows the government to request deliveries as needed, but provides no guarantee of funding beyond a minimum order level of $5,000. Submission guidelines specify that inquiries must be submitted 15 days before proposal deadlines, with proposals due within a specified timeframe. The RFP emphasizes compliance with security regulations, insurance provisions, and delivery terms, which must adhere to various federal regulations. The contract expects contractors to follow procedures regarding subcontracting and managing classified materials. This document delineates the framework and expectations for potential contractors aiming to fulfill the Navy's operational needs through competitive proposals, ensuring alignment with federal acquisition protocols.
N0003925R9510_ADNS MAC_Amendment 0003_07-15-2025.pdf
PDF547 KBJul 28, 2025
AI Summary
This document is an amendment to the Automated Digital Network System (ADNS) Multiple Award Contract (MAC) solicitation. It outlines significant changes including revised attachments and sections concerning the solicitation's requirements. Notably, Section J has been updated to include a revised Statement of Work and new attachments relevant to operational security and privileged access agreements. Section L details proposal instructions, emphasizing the submission of electronic proposals and the requirement for acknowledgment of amendments. The solicitation seeks proposals for production and support of ADNS systems, components, upgrades, and associated services for Navy platforms. Key evaluation factors include production capacity, management approach, sample delivery order execution, past performance, and extent of small business participation. Offerors must adhere to specific page limits for their proposals and demonstrate understanding and capability concerning technical requirements. The solicitation also emphasizes compliance with security regulations, controlled unclassified information, and small business goals. The overall objective is to procure services that maintain Navy operational capabilities while ensuring quality, compliance, and effective use of small businesses in contract performance.
Attachment 1_N0003925R9510_ADNS MAC SOW REV 02_11 JULY 2025.pdf
PDF660 KBJul 28, 2025
AI Summary
The Statement of Work (SOW) outlines the requirements for procuring and producing the Automated Digital Network System (ADNS) for the Department of the Navy. This initiative aims to enhance naval communication systems, providing tactical Wide Area Network (WAN) capabilities across various platforms including ships, submarines, and aircraft. The ADNS MAC is structured as an Indefinite Delivery - Indefinite Quantity (IDIQ) multiple award contract to facilitate the production and deployment of network units and components, including software and upgrades. Key tasks within the SOW encompass program management, quality assurance, production management, and system security. Contractors are required to follow military standards, engage in thorough risk management, and ensure compliance with environmental regulations. Specific requirements also mandate robust tracking of government-furnished property, effective configuration management, and adherence to cybersecurity protocols as outlined by NIST standards. This document is aligned with government RFPs and grants, reflecting the federal emphasis on fostering a secure communications infrastructure while promoting small business participation and sustaining supply chain integrity. Ultimately, the SOW delineates the responsibilities of contractors in delivering reliable and compliant network solutions for operational readiness.
N0003925R9510_ADNS MAC_QA Set 02_15 JUL 2025.pdf
PDF459 KBJul 28, 2025
AI Summary
The ADNS MAC Solicitation (N0003925R9510) encompasses various questions and clarifications regarding contractor responsibilities, system requirements, and documentation for the ADNS acquisition. The government responds to several inquiries focused on business systems audits, the provision of technical and testing data, proposal format, and specific configurations for systems required in the solicitation. Key changes include updates to the Contractor Responsibility section, where offerors can now explain the status of property control and purchasing systems. Clarifications were made on submission guidelines, parts lists, and testing document specifications. The government confirmed that certain documents are not required if relevant submissions are made, while also addressing discrepancies in the Contract Data Requirements List (CDRL). Furthermore, the document specifies inspection procedures and ensures consistency across technical documentation. Overall, this solicitation aims to maintain fairness and transparency in the bidding process, enabling a broader range of contractors to participate while ensuring all necessary compliance and oversight measures are met.
Attachment 2b_20200713 CISO Privileged Access Guidelines for NAVWAR FINAL Signed.pdf
PDF425 KBJul 28, 2025
AI Summary
The NAVWAR Command CISO memo outlines guidelines for the Privileged Access Agreement (PAA) and Enhanced User (EU) requirements within the NAVWAR framework. It emphasizes that personnel—military, civilian, or contractors—requiring privileged access to Department of Defense information systems must undergo a Tier 5 background check. The guidelines provide clarity on definitions related to authorized, enhanced, and privileged users, detailing their respective responsibilities and access permissions. The memo instructs security managers to utilize these guidelines to ensure compliance with background investigation requirements and access agreements. It lays out the roles of various stakeholders, including Information System Security Managers (ISSM) and Cyber Workforce Program Managers (CWF PM), establishing procedures for reviewing and updating agreements annually. Additionally, it highlights the importance of accurate access classification to minimize time and costs associated with security investigations. For contractors, the responsibility lies in ensuring that their personnel comply with PAA and EUA requirements as stipulated in contractual agreements. Overall, this memo serves as a critical resource for ensuring the security of NAVWAR systems by mandating thorough compliance processes for user access and responsibilities.
N0003925R9510_ADNS MAC_Conformed through 0004.pdf
PDF1156 KBJul 28, 2025
AI Summary
The document outlines a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) issued by the U.S. Navy for the Automated Digital Network System (ADNS). The total contract ceiling is $452,900,000, with a minimum guaranteed quantity of $5,000 for specific services. The RFP includes specifications for delivering hardware systems, software maintenance, and spare parts related to the ADNS across multiple platforms like surface ships and submarines. Key details include performance requirements outlined in an attached Statement of Work, security requirements for handling classified materials, and insurance obligations for contractors. The document emphasizes the importance of adhering to communication protocols and timelines regarding inquiries and submissions. The Contracting Officer and associated points of contact are identified to facilitate offeror communication. The document ensures a structured procurement process while highlighting compliance with federal guidelines and encourages competitive pricing while emphasizing fair opportunities for small businesses. Overall, this RFP reflects a comprehensive strategy for efficient contract management in military logistics and communications systems.
N0003925R9510_ADNS MAC_QA Set 04_28 JUL 2025.pdf
PDF433 KBJul 28, 2025
AI Summary
The ADNS MAC Solicitation (N0003925R9510) Q&A Set 04 addresses multiple inquiries from offerors regarding various sections of the RFP, particularly focusing on clarification of requirements and potential redundancies. Key topics include the government’s confirmation that changes are only permitted during production and a directive to submit security clearance information strictly in Section 11 after redundancies were noted in previous sections. The responses indicate that no further technical data will be circulated beyond what has already been released, and the need to complete certain documentation is notably emphasized. Amendment 0005 is mentioned as a crucial update to resolve queries concerning duplicative requirements, as well as clarifying the submission process for exceptions to the RFP. The document also addresses file size limitations in the PIEE system, confirming upload parameters to avoid confusion. The main purpose of this document is to ensure clarity and reduce misunderstandings in the proposal process, thus streamlining compliance for potential contractors while enhancing the efficiency of the solicitation process. Maintaining clear communication in government RFPs helps to ensure all parties are aligned, promoting an effective bidding environment.
N0003925R9510_ADNS MAC_Amendment_0005_28July2025.pdf
PDF574 KBJul 28, 2025
AI Summary
The document outlines an amendment to a government solicitation for the Automated Digital Network System (ADNS) Multiple Award Contract (MAC). It specifies essential changes in the solicitation, notably revising Section K clauses and detailing the submission requirements for proposals. The solicitation aims to secure supplies and services for ADNS production units, including upgrades and components necessary for various military platforms. Key elements include guidelines for proposal submission, eligibility criteria for companies, and the necessity of small business participation targeting specific percentages in subcontracts. Offerors must demonstrate their capability in several evaluation factors, including management approach, production processes, past performance, and small business goals. The proposal must be structured into two volumes with defined page limits for each section, ensuring clarity and thoroughness in responses. Additionally, the document emphasizes the importance of maintaining compliance with various regulatory requirements and the need for a responsible management of production to satisfy contract obligations. The amendment serves to provide clearer direction and updated clauses to streamline the bidding process for contractors, reinforcing the government's commitment to fostering competition and ensuring quality in defense procurement.
N0003925R9510_ADNS MAC_Amendment_0004_07-21-2025.pdf
PDF663 KBJul 28, 2025
AI Summary
The document outlines an amendment to the solicitation for the Automated Digital Network System (ADNS) Multiple Award Contract (MAC). It extends the proposal due date to August 5, 2025, and revises various sections and attachments, including NDA requirements for controlled unclassified information. The solicitation involves delivering ADNS production units, cyber threat upgrades, and related components, emphasizing the importance of a robust production and management approach. Proposals should include a technical component detailing production processes and capacity, a management plan, and past performance evaluations. Offerors are required to demonstrate their approach to ensure compliance with contract specifications and quality assurance measures, as well as participate meaningfully in small business subcontracting goals. The evaluation process comprises multiple steps, focusing on technical capability rather than price. All proposals must adhere to provided submission guidelines, and any exceptions or proprietary information must be clearly articulated. This amendment underscores the government's commitment to transparency and thorough evaluation in the procurement process, ensuring contractors meet stringent operational and security standards.
N0003925R9510_ADNS MAC_Conformed through Amendment_0005_28July2025.pdf
PDF1181 KBJul 28, 2025
AI Summary
This document outlines a Request for Proposal (RFP) for an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) related to the Automated Digital Network System (ADNS). The total ceiling amount for the contract is set at $452,900,000, with various line items including production units, system spares, and software services. Offers must comply with specific requirements regarding pricing and submission timelines, with a minimum guaranteed contract value of $5,000. Detailed specifications are provided in an attached Statement of Work (SOW) and include security requirements for handling classified materials. The performance will require adherence to federal regulations regarding inspections, payment instructions, and insurance requirements. The importance of following defined protocols during the ordering process and the correct documentation for invoices and delivery is emphasized. This solicitation reflects the government's intention to award contracts while promoting competitive procurement practices, with specific focus on supporting small business participation.
Attachment 5_N0003925R9510_ADNS MAC CUI NDA_Rev01.pdf
PDF386 KBJul 28, 2025
AI Summary
The Automated Digital Network System (ADNS) RFP N0003925R9510 outlines requirements for U.S. Department of Defense contractors seeking Controlled Unclassified Information (CUI) documents. To gain access, recipients must sign a Non-Disclosure Agreement (NDA), confirming they hold a SECRET Facility Clearance. The NDA stipulates strict use of the documents for government-related purposes only, prohibits unauthorized disclosures, and mandates that recipients establish security measures to safeguard the information. The recipient is responsible for the proper destruction of these documents within 30 days post-RFP deadline and must notify government contacts upon completion. Failure to comply with the agreement could lead to restrictions on document access and possible legal repercussions under the Trade Secrets Act. This document serves to ensure confidentiality and security for sensitive governmental information involved in the RFP process.
N0003925R9510_ADNS MAC_QA Set 03_21 JUL 2025.pdf
PDF470 KBJul 28, 2025
AI Summary
The ADNS MAC Solicitation (N0003925R9510) outlines the requirements and responses related to the contract for the Advanced Digital Networking System. Key topics include the implementation of CUI Security Requirements dictated by NIST SP 800-171, small business subcontracting plans, and quality assurance standards. The government emphasizes that compliance with DOD CMMC (Rev. 2) is inadequate; adherence to NIST standards is mandatory. The document clarifies the acceptability of commercial small business plans and specifies that proposals are to address evaluation criteria outlined in Section L of the RFP without a requirement to cover all Statement of Work (SOW) sections. Responses to various inquiries recognize the government's established schedules for quality control checks and confirm that pricing is not a factor in evaluation but will be considered for delivery orders. Amendments to the solicitation include changing submission requirements from SAM.gov to the PIEE Solicitation Module and extending the proposal deadline to August 5, 2025, owing to additional technical data being provided. Overall, the document serves to ensure compliance with specific standards while facilitating submission processes for contractors bidding on the project.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJun 16, 2025
amendedAmendment #1· Description UpdatedJun 16, 2025
amendedAmendment #2· Description UpdatedJun 16, 2025
amendedAmendment #3Jun 17, 2025
amendedAmendment #4· Description UpdatedJul 3, 2025
amendedAmendment #5· Description UpdatedJul 15, 2025
amendedAmendment #6· Description UpdatedJul 17, 2025
amendedAmendment #7· Description UpdatedJul 21, 2025
amendedLatest AmendmentJul 28, 2025
deadlineResponse DeadlineAug 5, 2025
expiryArchive DateJun 30, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVAL INFORMATION WARFARE SYSTEMS

Point of Contact

Name
Susana L. Wiker

Place of Performance

San Diego, California, UNITED STATES

Official Sources