Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2025 SAM #8668
SPECIAL NOTICE

99 -- Call for Solution - Army Applications Lab 25-01

Notice Date
8/18/2025 3:45:52 PM
 
Notice Type
Special Notice
 
Contracting Office
W6QK ACC-APG DURHAM RESEARCH TRIANGLE PAR NC 27709-2211 USA
 
ZIP Code
27709-2211
 
Solicitation Number
AAL_25_01
 
Response Due
9/5/2025 8:59:00 PM
 
Archive Date
09/20/2025
 
Point of Contact
Matthew R. Lynch, Phone: 9195494237, Rodolfo Estrada
 
E-Mail Address
matthew.r.lynch.civ@army.mil, rodolfo.estrada6.civ@army.mil
(matthew.r.lynch.civ@army.mil, rodolfo.estrada6.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
U.S. Army Contracting Command, Aberdeen Proving Ground Research Triangle Park Division Issuing Agency: U.S. Army Contracting Command-Aberdeen Proving Ground, Research Triangle Park (ACC-APG-RTP) Division. Agencies Capable of Issuing Contracts/Agreements: U.S. Army Users/Sponsoring Organizations. Period of Availability: This open call will be open for submission of innovative solutions from 18 August 2025 to 5 September 2025. Description of Program: Army Futures Command is seeking innovative, readily available solutions for use by the 4th Infantry Division (4ID) based in Fort Carson, Colorado beginning in early calendar year 2026. These solutions should be capable of extended experimentation with soldiers in the field and focused on at least one of the eight capability focused areas listed in section C. They should also be open to integration with the Next Generation Command and Control (NGC2) prototype ecosystem that Program Executive Office Command, Control, Communications, and Network (PEO-C3N) is developing over the next 18th months with 4ID. This open call leverages flexible acquisition authorities to enable rapid prototyping, iterative development, and potential pathways to future acquisition. The Army encourages participation from all sectors and business sizes�particularly small businesses and non-traditional defense contractors. Questions: Questions regarding this open call shall be submitted to: opencallsolutions@aal.army. SECTION A � INTRODUCTION This open call seeks technology ready for insertion in early calendar year 2026 into long-term experimentation with 4ID. The goal is for companies to not just demonstrate their technology�s capabilities to operate in the space between the ground to a few thousand feet above it, the Air-Ground Littoral, but also its potential interoperability with the prototype NGC2 data layer/technology stack. The Air-Ground Littoral is characterized by the proliferation of low-cost, small, unmanned aircraft systems (sUAS), unmanned ground vehicles (UGV), and the associated autonomy, payloads, missions, and platforms to maintain situational awareness and freedom of maneuver. This emergent domain presents both offensive potential and defensive challenges. Potential solutions for experimentation with 4ID should address challenges related to movement and maneuver, mission command, intelligence gathering, reconnaissance and target acquisition, fires, sustainment, protection, or information within this space. More information on these can be found in Section C. NGC2 is a US Army initiative to modernize its command-and-control systems and provide commanders with faster more efficient decision-making capabilities. The program is doing this by developing modular, open architecture software that will seamlessly connect digital assets, remote sensors, command posts, vehicles and soldiers on the ground with real-time information. PEO C3N has initiated the prototyping phase of NGC2 with 4ID. Key components of NGC2 are the ease with which it integrates with existing commercial technology; relies on modern approaches for continuous integration/continuous delivery pipelines; utilizes application programming interfaces (APIs), software development kit (SDK), modular open systems architecture (MOSA), natural language processing (NLP); etc. SECTION B - AUTHORITIES This open call utilizes a broad range of statutory and regulatory authorities as listed in W9128Z-25-S-A0002, Army Open Solicitation (AOS) Call for Solutions, modified herein to exclude authorities relating to the award of grants as that term is defined in Executive Order 14332, Improving Oversight of Federal Grantmaking. SECTION C - GENERAL INFORMATION The government will evaluate submissions according to the criteria detailed in this open call. Submissions demonstrating strong potential with the ability to provide quantities sufficient for a meaningful experiment may be selected for further development, prototyping, or collaborative evaluation. Selected companies should be prepared to deliver technological solutions to 4ID in early 2026 for a duration of approximately one year. Experiment activities will consist of soldier use of provided technology across a variety of training scenarios, potentially inclusive of a rotation to a combat training center. End users will evaluate ease of use of the technology, its ability to meet mission goals, and its ability to interact with NGC2 technology stacks. Evaluated submissions deemed technically promising may be added to a portfolio of approved solutions for potential future use by Army units, program offices, and other Army stakeholders. Approved solutions may be referenced and selected by Army organizations for further engagement, field experimentation, pilot testing, or limited deployment. This portfolio of evaluated and approved solutions will be managed by Army Futures Command, handled as procurement sensitive information, and managed accordingly to protect proprietary and sensitive data. In accordance with the authorities cited herein, the government may use a variety of cost, or no cost award instruments from this open call; including but not limited to contracts other transaction authorities (OTAs), government purchase card (GPC) transactions (micro-purchase threshold transactions), and other appropriate mechanisms, but excluding award of grants, as that term is defined in Executive Order 14332, Improving Oversight of Federal Grantmaking. Awards requiring funding may be funded through multiple sources to best support Army objectives. The choice of award instrument and funding source will be made at the government�s sole discretion. Follow-on efforts may be executed through appropriate contract or agreement mechanisms depending on the scope and nature of the effort. Companies are reminded that only a warranted government contracting or agreements officer has the authority to legally bind the government. No work performed by a company will be compensated unless there is a signed, written agreement from such an authorized officer. Additionally, the government does not provide funding for the preparation of solution briefs or proposals, nor does it fund any support activities implied by technical discussions. Capability Focus. This open call is looking for technology that is ready for long-term experimentation with 4ID in 2026 and has the potential to interact with the NGC2 ecosystem. If invited to submit a full proposal, the government may provide additional information for NGC2 interoperability and specify additional evaluation criteria and/or factors as relevant to the full proposal. Priority will be given to solutions that: Provide technically feasible solutions in quantities sufficient for a meaningful experiment in early 2026 and ready for insertion into 4ID formations. Are maximally open-architectured for software and data interaction/sharing between the industry solution and the NGC2 ecosystem (via non-proprietary API). Can be used on a tactical network and execute updates with low bandwidth requirements and/or minimize/prioritize data traffic. Support the eight capability focus areas specified in this open call. Maintain vehicle platform�s safety-critical data in the vehicle platform�s internal data architecture (where applicable). Provide direct and immediate benefit to the warfighter at no/low cost. The eight capability focus areas include: Movement & Maneuver: Unmanned (or improved safety and security) of operations including route/mine clearance, breaching, bunker/trench clearing, emplacement/detonation of charges or mines. Obscuration of friendly formations. Mission Command: Tools that process data and recommend COAs. Nodes or relays that extend communication capabilities. Auto-generating tools for common operating pictures. Intelligence: Loitering capabilities and sensor networks. Real-time targeting recognition analysis/assistance. Synthesis and predictive analysis of intelligence streams. Reconnaissance & Target Acquisition: Low signature/early warning systems. Reconnaissance capabilities forward of maneuver elements. Fires: Drone swarm or sensor-to-soldier systems that aid in target acquisition, fire adjustment, massing of fires, and attack capabilities. Loitering systems that engage autonomously with predefined rules of engagement. Autonomous tank or infantry support platforms that provide direct fire. Sustainment: Autonomous CASEVAC, convoy, & aerial/ground resupply capabilities. Predictive maintenance & fleet (equipment) health tools. Automation of warehouse/port operations. Protection: Systems that augment security/defense operations, screen (hide) troop movements. Automated/Augmented tools for Counter-UAS (identification, classification, jamming, intercept, neutralization). Chemical, biological, radiological, and nuclear (CBRN) sensor/alert systems. Information: Tools that scan for and detect network vulnerabilities. Penetration testing. Automated monitoring of disinformation and counter-narrative generation. SECTION D - SUBMISSION PROCEDURES The Army seeks a diverse set of submissions that drive innovation, improve readiness, and expand the utility of emerging technologies. This open call will accept submissions only during the defined period of availability, from 18 August 2025 through 11:59 PM ET 5 September 2025, as posted on SAM.gov. D.1 Innovative Capability Solution (ICS) Submissions Interested vendors may submit a single type of initial proposal�an Innovative Capability Solution (ICS)�in response to this open call. Full proposals may be submitted only in response to an invitation for full proposals, if issued. ICS submissions provide a structured yet flexible way for partners to propose solutions that address the Capability Focus Areas outlined in Section C. Key requirements for ICS submissions: Be no more than three (3) pages in length using 10-point font size. Submissions may include hyperlinks to supporting materials (e.g. video URLs) or publicly accessible sites, where appropriate. Clearly identify the relevant Capability Focus Area, in the subject line of the email. Specify if an award received, in response to this submission, will require funding. If so a breakout of cost shall be included in the Rough Order of Magnitude (ROM). For ease of developing a contracting strategy, list all contracts or agreements previously awarded by the federal government that are related to this specific submission. (This section will not count toward the three-page limit nor will it be used as part of the evaluation.) All ICS submissions must be sent to opencallsolutions@aal.army by 29 August 2025 at 11:59 PM ET. Submissions must comply with all formatting and content guidance provided in this open call. All information submitted will be handled as procurement-sensitive and reviewed in accordance with applicable acquisition and security protocols. Do not directly send Controlled Unclassified Information (CUI) to this email address. CUI will not be accepted for initial ICS submissions. D.2 Initial Submission Format and Content. At a minimum, submissions shall include: Title Page. (Does not count against page limit) Company Name, Submission Title, Date, Point of Contact Name, E-Mail Address, Phone, and Address. Include Commercial and Government Entity (CAGE) code and Unique Entity Identification (UEI) code if registered in SAM.gov. Clearly identify the open call reference number on the submission as identified on sam.gov. Executive Summary. (Counts toward page limit) High-Level Solution/Concept. Describe the unique technical aspects of the solution/concept and its relevance to the capability. (Counts toward page limit) Explain how the solution would interact with third-party MOSA applications. Explain how the solution supports one (1) of the eight (8) capability focus areas and meets stated requirements. Explain how the solution can be used on a tactical network and execute updates with low bandwidth requirements and/or minimize/prioritize data traffic. Explain how the proposal provides the quantities sufficient for a meaningful experiment in early 2026 to be ready for insertion into 4ID formations. Rough Order of Magnitude (ROM) and Schedule to provide sufficient quantities for an extended experimentation. Submitted as Excel file. (Does not count toward page limit) Provide direct and immediate benefit to the warfighter at no/low cost. Show milestones and timeline. Clearly annotate assumptions. Intellectual Property Statement/Agreement/Disclosures. (Does not count against page limit.) Explain how the solution allows for software and data interaction/sharing with the NGC2 Ecosystem. Include separate IP disclosures for each participating company, as needed, detailing patents, royalties, and any restrictions on government rights for use, disclosure, reproduction, or modification of data. D.3 Small Business and Domestic Sourcing (Applicable to FAR-based procurements only) When applicable, companies shall identify their small business size and socio-economic status, as well as the small business size and socio-economic status of any proposed partners or subcontractors, as specified under 13 CFR Part 121 and FAR 52.219-1. Small business subcontracting plans and small business participation: In the event any contracts are required to have small business subcontracting plans and are negotiated using FAR Part 15 negotiation procedures, DFARS 215.304(c) Small Business Participation Plans shall be required. FAR- based procurement contracts awarded pursuant to this open call (including 10 U.S.C. 4022 follow-on production contracts) shall include FAR 52.219-8, Utilization of Small Business Concerns (Oct. 2018). FAR-based contracts awarded pursuant to this open call (including 10 U.S.C. 4022 follow-on production contracts) meeting FAR Subpart 19.7 criteria for small business subcontracting plans shall include FAR 52.219-9 Small Business Subcontracting Plan (January 2025). D.4 Commercial Terms and Conditions Consistent with FAR Part 12, Companies may propose commercial terms and conditions. FAR-based contracts are subject to FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018), FAR 212-5, DFARS 212.301 and DFARS 227.7102-4. SECTION E - EVALUATION OF SUBMISSIONS E.1 Phase 1 � Compliance Check The government will conduct a compliance review of initial solutions submitted in response to this open call and subsequent Calls for Capability. This review ensures solutions meet format and content requirements. Submissions that fail to meet these requirements may be excluded from further evaluation. Companies whose submissions are deemed noncompliant will be notified as soon as practicable. E.2 Evaluation of Compliant Submissions Submitted solutions deemed compliant will be evaluated against the criteria outlined below. The government aims to complete the evaluation of compliant solutions within 30 days of the closing of this open call. The government reserves the right to conduct independent market research during the evaluation process, particularly when assessing technical merit. The government reserves the right to select all, some, or none of the submissions. If the government does not respond to a company�s submission, it may still retain the submission for potential future consideration. The government intends to evaluate compliant solutions utilizing the evaluation criteria below. Technical Merit: The government will evaluate the technical merit of the proposed solution based on: Whether the solution supports one (1) of the eight (8) capability focus areas specified in this open call. Potential for ease of insertion with the NGC2 ecosystem (based on a record of interoperability with other systems or technical experience implementing MOSA/non-proprietary API) Whether the solution can be used on a tactical network and execute updates with low bandwidth requirements and/or minimize/prioritize data traffic. Whether the solution allows for software and data interaction/sharing between the industry solution and the NGC2 Ecosystem. The ability to rapidly integrate into 4ID formations. Importance to Agency Programs: The government will assess the feasibility and logic of the proposed project in regards to 4ID mission, project schedule and technology maturity path. This includes evaluating: Whether the proposed timeline supports successful experimentation with 4ID. Whether the vendor can provide sufficient quantities of technically feasible solutions sufficient for a meaningful experiment in early 2026 and ready for insertion into 4ID formations. Funds Availability: If funding is required, the government will evaluate the Rough Order of Magnitude (ROM) cost submission to determine whether the proposed solution is cost-effective. E.3 Compliant Solutions Selection Process Following the government�s evaluation, compliant solutions will be categorized as either Selected for Further Consideration or Not Selected for Further Consideration. Selected for Further Consideration: The submission demonstrates strong technical merit and relevance, presents a feasible and realistic schedule, is considered affordable based on the submitted ROM, and the submitting company is eligible to receive the contract/award. These submissions may be invited to participate in Phase 2 � Full Solution Proposal. Selection does not guarantee an invitation to the next phase, but indicates the solution aligns with Army priorities and shows strong potential for continued development. Not Selected for Further Consideration: The submission did not meet the necessary evaluation threshold in one or more areas�such as technical merit, relevance, feasibility of the proposed schedule, or affordability�and will not move forward under this solicitation cycle. While all compliant submissions will be fairly and thoroughly evaluated, only those considered most compelling and mission-relevant will be invited to proceed to Phase 2. As such, a submission may be evaluated as Selected for Further Consideration but not receive an invitation to submit a Full Solution Proposal. Companies whose submission is not selected may submit a revised submission in a future cycle. However, submissions that are substantially identical to a previous submission will not be reevaluated and may be excluded without further review. E.4 Full Solution Proposal. Vendors that provide initial solutions categorized as Selected for Further Consideration may be invited to develop and submit a Full Solution Proposal. Instructions for full solution proposals will be included with the invitation and may include additional evaluation criteria. Submission of a full solution proposal does not guarantee an award, and all awards are subject to the availability of funding. Unless otherwise specified, the government will not cover any costs associated with proposal development, submission, or contract negotiations during Phase 2. F. AWARDS Following the evaluation of Full Solution Proposals and subject to the availability of any required funds, the government may elect to make one or more awards using the authorities in the Army Open Solicitation. Low-cost/no-cost proposals may receive preference. The government Contracting or Agreements Officer (KO/AO) reserves the right to negotiate directly with the selected company regarding terms and conditions, including payment terms, prior to executing an awarded instrument. The KO/AO is the sole authority to legally bind the government by executing award instruments on its behalf. All government payment obligations are contingent upon availability of appropriated funds authorized by Congress for the intended purpose, time, and amount. F.1 Award Eligibility. To be eligible for award, Companies must meet the following requirements: Possess a Unique Entity Identifier (UEI) and maintain an active registration in the System for Award Management (SAM). Companies are strongly encouraged to initiate SAM registration immediately upon receipt of an RSP and maintain this registration throughout the performance period of the award and any subsequent follow-on awards. Registered in the prescribed government invoicing system, currently the Wide Area Workflow (WAWF), accessible at https://wawf.eb.mil/xhtml/unauth/registration/notice.xhtml. Accurately represent their small business size and status, when applicable. o Be determined responsible by the KO/AO, not be suspended or debarred by the Federal government, and not be otherwise prohibited by Presidential Executive Order or applicable law from receiving an award. o Disclose any actual or potential Organizational Conflicts of Interest (OCI) to the KO/AO prior to award. SECTION G ADDITIONAL INFORMATION G.1 Guidelines for Submissions of Initial Solutions and Full Solution Proposals. This section provides key guidance for preparing and submitting responses to this open call. Vendors are encouraged to follow these instructions closely to ensure their submissions are compliant and competitive. Clarity and Conciseness- Avoid unnecessary, elaborate, or overly detailed proposals. Submissions should be clear, focused, and directly relevant to a Capability Focus Area (CFA). Responses should emphasize substance over volume. Visual Aids Encouraged- Use diagrams, figures, or conceptual models to visually represent the key components, workflows, or advantages of a proposed solution. Visual aids can significantly enhance comprehension and evaluation. Multiple Distinct Submissions Allowed- Vendors may submit multiple submissions, provided each addresses a unique and separate concept. Each submission may only respond to one (1) Capability Focus Area and should focus on a single solution idea. Period of Performance- The period of performance will be specified in each resulting award. However, vendors should be generally prepared to begin experimentation in early calendar year 2026. Export Control Considerations- Submissions involving technical data with military application may require the submitting company to obtain the appropriate export control licenses or authorizations under U.S. law (e.g., ITAR or EAR). Vendors are responsible for ensuring compliance with all applicable regulations. Classification and Proprietary Information- All submissions must be unclassified. If your submission contains proprietary information that you believe should not be publicly disclosed, including information you believe should be withheld under FOIA on the grounds that it contains trade secrets and commercial or financial information, or used by the government beyond evaluation purposes, include the following statement on the cover page: �This [select one: Initial Submission or Full Solution Proposal] includes data that shall not be disclosed outside the government and shall not be duplicated, used, or disclosed�in whole or in part�for any purpose other than to evaluate this submission. If, however, an agreement or contract is awarded to this Company as a result of�or in connection with�the submission of this data, the government shall have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or identifiers].� Each page containing such restricted data must also be marked with: �Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this submission.� Submissions by Foreign-Owned Businesses- Foreign-owned entities may submit ICS Solutions independently or as part of a teaming arrangement with one or more U.S.-owned businesses. However, the ability to receive an award may be contingent upon the foreign-owned company�s ability to obtain the necessary U.S. government clearances and approvals to access controlled or prescribed information. Submission Deadlines- Responses must be received within the active response window of this open solicitation. Submissions received after the deadline or through unauthorized channels may not be considered, reviewed, or evaluated. Notification of Non-Selection- Entities whose submissions are not selected for advancement to Phase 2 (Full Solution Proposal) may receive written notification as soon as practicable, although such notification is not guaranteed. The Government will not provide feedback on submissions not selected for advancement to Phase 2. Intellectual Property (IP) and Data Rights- Companies must clearly identify: Any patents involved in the proposed effort, along with any associated royalties; and Any restrictions on the government�s rights related to technical data, software, or other information (e.g., business, financial, or AI/ML training data), including limits on use, disclosure, reproduction, or modification. G.2 Iterative Prototyping Prototype awards issued under this open call�via an appropriate contract or agreement mechanism�may include provisions for iterative prototyping, as defined in the applicable Request for Capability Proposal (RCP). Iterative prototyping progressively refines a capability through successive cycles of development, user feedback, testing, and improvement. This approach ensures that the evolving solution is continuously aligned with Army operational needs and user requirements. This allows for mutual agreement between the government and the selected Company to modify the scope of a prototype effort to address emerging mission-specific objectives or to adapt the solution based on evolving Army priorities. Sequential iterations may result in standalone, follow-on prototype awards, rather than modifications to an existing award instrument. The government may identify and prioritize additional mission-specific requirements throughout the course of the prototype effort. G.3 Successful Completion of Prototype A prototype effort shall be considered successfully completed when the appropriate approving officials make a formal written determination that the capability met the key technical goals defined in the prototype award. In addition, and one of the following conditions normally will be met: 1. The performance objectives or metrics outlined in the prototype contract or agreement were achieved. 2. The prototype demonstrated a particularly favorable or unexpected result that supports transition to a production effort or broader integration. Typically, the approving officials will be the Program Manager and the Contracting or Agreements Officer. In accordance with applicable authorities, the government may transition any completed and mission-relevant component of the prototype into production before all aspects of the prototype are finalized, provided the delivered component has demonstrated operational utility. G.4 Follow-On Production of a Prototype Upon successful execution of a prototype effort awarded under this open call, the government may negotiate and award a follow-on production contract or agreement with the selected Company. This follow-on award may be executed with or without further competition, in accordance with 10 U.S.C. 4022 or other applicable authority. The government may initiate such a follow-on award at any point, including prior to full prototype completion, if there is clear evidence of maturity and relevance to 4ID�s mission in terms of the domains listed in Section C. All follow-on efforts are subject to the availability of funds and may apply to all, some, or none of the previously awarded prototype efforts, as determined by government priorities. G.5 Security Clearances If awarded a contract or an OT under the procedures of this open call, the Company will be responsible for providing personnel with appropriate security clearances to ensure compliance with government security regulations. The Company shall fully cooperate on all security checks and investigations by furnishing requested information to verify the Company employee's eligibility for any required clearance. The Company's proposed solution (e.g., data, integration with supporting DoD Infrastructure, architecture) will determine the personnel security clearance and/or facility clearance requirements for the prototype effort. The government will provide additional details regarding the personnel security clearance and/or facility clearance requirements in the appropriate Phase. G.6 Security Requirements and Classification Responses under this open solicitation shall be unclassified. Any security requirements and security classification specifications will be determined and requested at the appropriate phase in Section D above. To protect against seizure and improper use by non-United States (U.S.) persons and government entities, all data stored and processed by/for the DoD must reside in a facility under the exclusive legal jurisdiction of the U.S. If awarded a contract or OT under the procedures of this open solicitation, the Company shall be required to maintain all government data that is not physically located on DoD premises within the 50 States, the District of Columbia, and outlying areas of the U.S., unless otherwise authorized by the responsible government, as described in DoD Instruction (DoDI) 8510.01, Risk Management Framework for DoD Systems, and the DoD Cloud Computing Security Requirements Guide. During the performance of a contract or OT, if government data is co-located with the non-government data, the Company shall be required to isolate the government data into an environment where it may be reviewed, scanned, or forensically evaluated in a secure space with access limited to authorized government personnel identified by the Contracting or Agreements Officer, and without the Company's involvement. The Company shall be required to record all physical access to the cloud storage facilities andall logical access to the government data. This may include the entrant's name, role, purpose, account identification, entry and exit time. The Company shall be required to provide such records to the Contracting/Agreements Officer or designee in accordance with the agreement or upon request to comply with federal authorities. G.7 Company Incurred Evaluation Costs As specified in this open call, the government will not reimburse Companies for any costs incurred while participating in any phase of the open call process. Additionally, the government will not consider the costs associated with participating in Phases 1 or 2 as allowable charges and such costs shall not be included within the ROM or any pricing information. G.8 Export Controls Research findings and technology developments arising from a resulting prototype OT may constitute a significant enhancement to the national defense and to the economic vitality of the United States. As such, in the conduct of all work related to this effort, the recipient shall be required to comply strictly with the Arms Export Control Act, 22 U.S.C. � 2751-2794, including the International Traffic in Arms Regulation (ITAR), 22 C.F.R. � 120 et seq.; the Export Administration Act, 50 U.S.C. app. � 2401-2420; the National Industrial Security Program Operating Manual, 32 CFR � 117; and the Department of Commerce Export Regulation, 15 CFR � 730-774. G.9 Congressional Notification IAW PGI 212.7005 Congressional notification, notification to the congressional defense committees shall be made no later than 45 days after the award of a contract valued at more than $100 million resulting from a CSO. The notification shall include: A description of the innovative commercial product, commercial service, or technology acquired; A description of the requirement, capability gap, or potential technological advancement with respect to which the innovative commercial product, commercial service, or technology acquired provides a solution or a potential new cap...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/21194eafbb714d648f3fd3fc0432e8cd/view)
 
Place of Performance
Address: Austin, TX 78701, USA
Zip Code: 78701
Country: USA
 
Record
SN07554640-F 20250820/250818230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.