Draft Solicitation: Next Generation Command and Control (NGC2) - 03 February 2025
ID: W15P7T-25-R-0015Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)
Timeline
  1. 1
    Posted Feb 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Mar 21, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking industry feedback on the draft solicitation for the Next Generation Command and Control (NGC2) project, with a focus on developing a data-centric transformation for Army operations. This initiative aims to enhance decision-making capabilities for commanders through a flexible, iterative approach that incorporates continuous integration and delivery of technology solutions across various operational environments. Interested parties are encouraged to provide feedback on draft documents by submitting their responses via email to the primary contact, Eric Roberts, at eric.j.roberts48.civ@army.mil, by the deadline of 1600 EST on February 20, 2025. This presolicitation is for informational purposes only and does not constitute a formal request for proposals.

Point(s) of Contact
Files
Title
Posted
Jan 15, 2025, 10:05 PM UTC
The Performance Work Statement (PWS) for the Next Generation Command and Control (NGC2) project outlines an innovative Army-wide, data-centric approach designed to enhance commanders' decision-making capabilities. It emphasizes a modular command and control system that promotes continuous integration and competition amongst technology providers through an open architecture with government-approved APIs. The scope involves a broad technical framework supporting various projects initiated under a multiple award contract, facilitating advances in command and control ecosystems through commercial and government items. Key activities encompass systems management, software lifecycle development, data engineering, analytics, AI/ML implementation, and cybersecurity. Among the critical competencies required are Agile program management, systems engineering, user-centered design, and managed services—all aligned with DevSecOps principles for enhanced efficiency and security. Contractors must ensure compliance with security protocols and performance assessments throughout the IDIQ contract's lifecycle. In summary, this document establishes a comprehensive framework aimed at revolutionizing the Army’s command and control functions through cutting-edge technology and robust management practices.
Jan 15, 2025, 10:05 PM UTC
The Next Generation Command and Control (NGC2) project by the U.S. Army aims to innovate the digital mission command ecosystem by designing a scalable software framework. This effort seeks to facilitate seamless communication and data exchange for Soldiers across various operational levels without being locked into specific vendors. The project entails transitioning from traditional siloed systems to a unified data layer that offers extensibility for various applications. The initial focus for prototyping is on ensuring reliable data management at Corps and Division levels, with key capabilities including integration of tactical planning tools, logistics management, and interoperability with both Army and coalition systems. The program encourages collaborative industry teams to provide solutions, emphasizing the integration of cloud-native tools for use in challenging environments. Performance will be measured based on metrics outlined in the Army's policies, with prototypes expected to operate in both IL4 and IL6 environments. The NGC2 prototype aims for full operational capabilities by fiscal year 2026, aligning with ongoing modernization initiatives and ensuring a versatile, responsive mission command environment.
Mar 7, 2025, 7:06 PM UTC
This document outlines the procedures and regulations for the award of orders under a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract by the Government. It emphasizes adherence to the Federal Acquisition Regulation (FAR), specifically Sections 16.504, 16.505, and 52.216-19. The Government is obligated to issue a minimum guaranteed order of $150 and will conduct market research to determine order restrictions and potentially create ordering pools to support ecosystem needs. Key features include the option for contractors to propose in response to order requests and the potential for multiple order awards within a 90-day period. On-ramp and off-ramp processes are established to ensure competitive sources, with flexibility to include new contractors or remove existing ones based on performance and market evaluations. The document also details the roles of Contracting Officer Representatives (COR), outlines organizational conflict of interest (OCI) considerations, and specifies procedures for the potential establishment of a Board of Directors for overseeing contract-related matters. Overall, the document serves as a comprehensive guide aiming to foster innovation, streamline processes, and maintain competition in the government contracting landscape, particularly addressing the needs of the NGC2 ecosystem.
Mar 7, 2025, 7:06 PM UTC
The NGC2 initiative represents a transformative effort within the Army aimed at enhancing data-centric operations for better decision-making. It emphasizes a flexible, iterative approach that encourages vendor collaboration and competition throughout the program lifecycle. Key elements include continuous integration and delivery of a secure technology stack adaptable across diverse operational environments. The proposal preparation guidelines emphasize clarity, succinctness, and adherence to specified formats, while proposals must be valid for 180 days. Each submission is structured into four volumes, covering an Executive Summary, Technical proposal, Past Performance, and Contract Documentation, with strict adherence to page limits and organization. The document also outlines requirements for electronic submission, communication protocols, and a step-by-step presentation of technical capabilities and past experiences relevant to the proposed effort. Government evaluation will heavily rely on the submitted information, past contracts, and subcontractor management, stressing the importance of detail and clarity in offers. Adherence to specified guidelines is crucial for achieving compliance and ensuring eligibility for award.
Mar 7, 2025, 7:06 PM UTC
The document outlines the source selection process for the NGC2 procurement, following federal regulations (FAR, DFARS, AFARS). It aims to award multiple Indefinite Delivery Indefinite Quantity (ID/IQ) contracts, contingent on Offerors receiving acceptable ratings in various evaluation factors. A key aspect is the evaluation of technical proposals, focusing on past performance, technical capabilities, and prototype requirements, rated as acceptable or unacceptable. Offerors must comply with submission requirements and demonstrate adequate methods and strategies in their proposals. Key factors for evaluation include past performance, which assesses recent and relevant efforts, prototype white papers, technical capabilities, and teaming agreements. Additionally, a Small Business Participation Plan is required for larger firms. The document emphasizes the importance of clear communication and the potential for clarifications without proposal revisions. An acceptable Property Management and Organizational Conflict of Interest (OCI) Mitigation Plan is essential. The Government reserves the option to cancel the solicitation if necessary. The information provided guides Offerors in meeting the stringent requirements to participate in this federal procurement process, reflecting accountability and a drive for efficient competition.
Mar 7, 2025, 7:06 PM UTC
The draft solicitation pertains to the National Guard's NGC2 program and serves as a preparatory resource for potential offerors in developing their proposals. It emphasizes that the government retains the right to refrain from posting responses to submitted inquiries if issues arise that may cause real or perceived conflicts. Specifically, the document notes that the final solicitation will take precedence over the draft, ensuring clarity regarding contract terms and conditions. Key aspects include a reference to ordering pools under Section H, where offerors can seek feedback and submit queries. Ultimately, this draft aims to streamline the proposal process while highlighting the government's commitment to transparency and adherence to formal solicitation standards.
Jan 13, 2025, 10:06 PM UTC
The U.S. Government is preparing to issue a Request for Proposals (RFP) for a Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ) contract aimed at the next generation C2 (NGC2) ecosystem. This RFP focuses on the initial prototype order, with eligibility based on the ability to deliver detailed prototypes as outlined in the draft Statement of Objectives (SOO). Questions posed to potential contractors include their teaming arrangements, readiness to deliver prototypes within six months, preferred contract types, and feedback on potential incentives or criteria for the IDIQ awards. Key topics include the intended contract structure, anticipated pools such as data layers and tactical communications, and mechanisms for on-ramp and off-ramp processes within the MA-IDIQ. The government seeks to align incentives and metrics with industry standards, while also requesting feedback on draft documents to ensure they meet ecosystem needs. The RFI serves as a precursor to the RFP, inviting industry input on various aspects that will inform the eventual award process, including technical criteria, performance metrics, and timelines. This initiative underscores the government's intent to foster competition and technological innovation for the NGC2 project.
Jan 15, 2025, 10:05 PM UTC
The U.S. Government (USG) is initiating a Multiple Award Indefinite Delivery Indefinite Quantity (MA-IDIQ) contract to facilitate the delivery of a prototype as outlined in a draft Statement of Objectives (SOO) for the NGC2 program. The request for information (RFI) emphasizes the importance of timely prototype delivery—preferably within six months after the expected award date in May 2025—and seeks input on various aspects of the contract, including preferred contract types, potential incentives/disincentives, and evaluation criteria. Companies are encouraged to provide details about their teaming arrangements and indicate their interests in prime or subcontracting roles. The USG plans to assess the competitive landscape and enhance the ecosystem through different operational pools ranging from Data Layer to Cybersecurity Services. An emphasis is placed on ensuring competition while selecting the best, most affordable solutions. Feedback is also sought regarding the draft MA-IDIQ Performance Work Statement (PWS), milestone schedules, and additional responsibilities of the USG to support ecosystem success. This RFI is informational and subject to change, illustrating the USG's proactive approach to engaging industry partners in contract planning.
Lifecycle
Title
Type
Similar Opportunities
Next Generation Command and Control (NGC2) Capability Characteristics
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking insights and contributions related to the Next Generation Command and Control (NGC2) Capability Characteristics through a Special Notice. The NGC2 program aims to enhance military operational effectiveness by addressing challenges in a congested electromagnetic spectrum and a data-rich environment, focusing on optimizing software for tactical networks and transitioning to a hybrid computing architecture. This initiative is critical for ensuring commanders maintain decision dominance with assured access to essential mission applications and services, as highlighted by findings from the 2024 Network Modernization Experiment. Interested parties can reach out to Nicolas A. Martin at nicolas.a.martin2.civ@army.mil or Timothy Weiman at timothy.j.weiman.civ@army.mil for further information.
C2 Cross Functional Team (CFT) Broad Agency Announcement
Buyer not available
The Department of Defense, through the Army Futures Command, is issuing a Broad Agency Announcement (BAA) titled "C2 Cross Functional Team (CFT) Broad Agency Announcement" to invite innovative research and development proposals aimed at enhancing Command and Control systems over a five-year period. The BAA focuses on four key research areas: the Unified Network, Common Operating Environment, Joint and Coalition Interoperability, and Command Post Mobility and Survivability, with the goal of modernizing Army capabilities and improving military communication. Interested parties, including small businesses and educational institutions, are encouraged to submit white papers for evaluation, with selected submissions potentially leading to technological demonstrations and subsequent proposal invitations. For further details, contact Jeff Schoerner at jeffrey.a.schoerner.civ@army.mil, and note that the BAA will remain open until March 23, 2030, allowing for continuous submissions throughout its duration.
TREXII-25-04-IO-002 Next Generation Constructive (NGC) Acceleration to include Synthetic Training Environment Software (STE-SW)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking industry partners for the TREXII-25-04-IO-002 Next Generation Constructive (NGC) Acceleration project, which includes the development of Synthetic Training Environment Software (STE-SW). This initiative aims to enhance the Army's collective and constructive training capabilities by integrating Live, Virtual, and Constructive training environments into a cohesive system, addressing current inefficiencies and modernizing training solutions across various operational domains. The project is critical for improving the Army's readiness for multidomain operations and will involve agile methodologies for development, testing, and maintenance over a 36-month period, contingent on funding availability. Interested parties can contact Ralph R. Barnes at ralph.r.barnes.civ@army.mil or Annette Watson-Johnson at annette.watson-johnson.civ@army.mil for further details, and must register for the Industry Day scheduled for April 3, 2025, to participate in the procurement process.
DRAFT - FA873025RB007 - All Domain Common Platform (ADCP) Security Cloud Engineering Network Develpoment (ASCEND) RFI
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback on a draft Request for Proposal (RFP) for the All Domain Common Platform (ADCP) Security Cloud Engineering Network Development (ASCEND) project. The primary objective of this procurement is to develop a secure, scalable, and reliable cloud-native platform that supports mission-critical applications while ensuring compliance with cybersecurity standards. This initiative is crucial for enhancing the Air Force's cloud capabilities and operational readiness in contested environments. Interested parties are encouraged to review the draft documents and submit their feedback by April 30, 2025, at 5 PM Eastern, with all inquiries directed to Michelle Landry at michelle.landry@us.af.mil or Rosa Krauss at rosa.krauss.3@us.af.mil.
ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES March 2025
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry partners for various research and development opportunities under the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives, with a focus on enhancing military capabilities through innovative technologies. The procurement encompasses a range of projects aimed at advancing electronic warfare, cyber capabilities, and systems integration, with contract types primarily being Cost Plus Fixed Fee (CPFF) and estimated values ranging from under $25 million to over $500 million. These contracts are crucial for modernizing the Army's operational effectiveness and addressing evolving defense needs, with ongoing solicitations encouraging participation from both small and large businesses. Interested contractors can reach out to Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details and to stay informed about upcoming opportunities.
ACC-APG Division D Competitive/Fair Opportunity Industry Update
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Division D, is issuing a special notice to provide updates on competitive acquisitions and encourage industry engagement. The objective is to enhance communication with stakeholders and gather insights on innovative contracting methods that support the Army's mission of land dominance and operational readiness. This initiative is crucial for informing potential contractors about upcoming opportunities, including various projects related to soldier protection systems, financial improvements, and environmental remediation, with contract values ranging significantly and timelines subject to change. Interested parties can direct inquiries to Kimberly A. McCarthy at kimberly.a.mccarthy14.civ@army.mil or Robin P. Donovan at robin.p.donovan.civ@army.mil, with updates and questions accepted within seven calendar days of postings.
Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
Buyer not available
The Department of Defense, through the Army Contracting Command, is seeking innovative solutions to enhance cybersecurity within the Defense Industrial Base (DIB) as part of the Protecting Army Modernization and Supply Chains initiative. This opportunity invites proposals for automated cybersecurity measures that comply with critical standards such as NIST controls and Cybersecurity Maturity Model Certification (CMMC), aimed at supporting small businesses in mitigating cyber threats while ensuring the protection of intellectual property and secure access. The initiative is crucial for safeguarding defense technologies and ensuring the rapid delivery of military capabilities, with submissions accepted until March 6, 2030. Interested parties can contact the Army NCODE Team at usarmy.apg.acc.mbx.dc3oe-ncode-cso@army.mil for further information.
ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of September 2024
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is seeking proposals for various research and development opportunities under the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives as of September 2024. The procurement focuses on enhancing capabilities in electronic warfare, cyber operations, and systems integration, with contract values ranging from under $25 million to over $500 million. These efforts are critical for advancing military effectiveness and ensuring optimal readiness in complex operational environments. Interested parties can reach out to Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details and to stay informed about upcoming solicitations.
ACC-APG Div B Competitive/Fair Opportunity Action Industry Update
Buyer not available
The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground (ACC-APG), is providing an informational update regarding upcoming competitive and fair opportunity acquisitions for fiscal year 2025, specifically for the third quarter. This update highlights several key projects aimed at enhancing Army infrastructure, including the modernization of public safety answering points (PSAPs), network hardware procurement, and geospatial information systems, with estimated contract values ranging from $2 million to $250 million. These initiatives are crucial for improving communication and operational efficiency within Army installations, and all interested parties are advised to refrain from submitting formal proposals at this stage, as this posting is for informational purposes only. For further inquiries, interested vendors should contact the designated points of contact provided in the opportunity details.
ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of August 2024
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is announcing various contracting opportunities related to the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives as of August 2024. These opportunities encompass a range of requirements focused on Research, Development, Test & Evaluation (RDT&E) in areas such as Electronic Warfare, Cyber capabilities, and advanced technology integration, aimed at enhancing military operational readiness and effectiveness. The initiatives are critical for advancing the U.S. Army's capabilities in increasingly complex combat environments, with contract values ranging from under $25 million to over $500 million, and various opportunities available for both competitive and sole-source acquisitions. Interested parties can reach out to Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further information.