SPECIAL NOTICE
99 -- Modular Open Systems Approach (MOSA) for Department of Defense (DoD) Research & Engineering (R&E) Other Transaction Agreement (OTA) Consortium (MOSA R&E)
- Notice Date
- 7/17/2025 10:47:55 AM
- Notice Type
- Special Notice
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-26-R-MOSA
- Response Due
- 8/18/2025 9:00:00 AM
- Archive Date
- 09/02/2025
- Point of Contact
- Jordan Adaro, Kurt Kleinlein
- E-Mail Address
-
jordan.d.adaro.civ@army.mil, kurt.l.kleinlein.civ@army.mil
(jordan.d.adaro.civ@army.mil, kurt.l.kleinlein.civ@army.mil)
- Description
- Special Notice: Request for Interested Consortium Managers In support of Modular Open Systems Approach (MOSA) for Department of Defense Research & Engineering Other Transaction Agreement (OTA) Consortium (MOSA R&E). Purpose: The purpose of this special notice is to seek interested parties capable and interested in serving as a Consortium Manager (CM), for MOSA Other Transaction (OT) in accordance with 10 U.S. Code � 4022. Capability Gap/Problem Statement: Current DoD acquisition programs face challenges integrating rapidly evolving technologies across domains and services. Proprietary systems limit interoperability, adaptability, and competition. The DoD seeks to foster a collaborative environment among industry, academia, and Government stakeholders to expedite fieldable solutions that fully align with MOSA principles to enable seamless integration across platforms, reduced sustainment costs, accelerated insertion of advanced capabilities, and broader vendor participation. Background: The Under Secretary of Defense for Research and Engineering (USD(R&E)) serves as the primary advisor to Department of Defense (DOD) leadership on all matters pertaining to the Department's Research and Engineering (R&E) enterprise, technology development and transition, developmental prototyping, experimentation, and administration of testing ranges and activities. USD(R&E) has the lead responsibility within the Department for synchronizing Science & Technology (S&T) efforts across the DoD, the Joint Staff and the Services. The Department of Defense (DoD) has prioritized the implementation of Modular Systems Approaches across all major systems and platforms to enhance innovation, interoperability, competition, and rapid technology refresh. The USD(R&E) recognizes that traditional acquisition strategies can often impede efforts to keep pace with the speed of technology�s evolution. Pursuant to the MOSA mandate and associated statutory requirements under Title 10 U.S.C. 4401 through 4403 the Government seeks to establish a dedicated Other Transaction Authority (OTA) construct to accelerate the development, integration, and fielding of MOSA-compliant solutions. MOSA R&E will provide an OT process framework with responsiveness, flexibility, and government/industry collaboration to maintain pace with that evolution. The purpose of the consortium will be to facilitate research, development, prototyping, integration, and transition of MOSA-enabling technologies to strengthen modernization affordability, interoperability, and innovation goals. Definition: MOSA is an acquisition and design approach consisting of technical and business architecture that supports using system interfaces compliant with widely supported and consensus-based standards, to the extent that standards are available and suitable. A MOSA system structure allows for severable components to be incrementally added, removed, or replaced throughout the life cycle to afford opportunities for enhanced efficiency, competition, and innovation. MOSA integrates technical requirements with contracting mechanisms and legal considerations to support a more rapid evolution of technologies and capabilities throughout the product life cycle using architecture modularity, open systems standards, and appropriate business practices (10 U.S.C 4401). Benefits & Desired Achievements: MOSA R&E is intended to allow the Government to achieve competitive and affordable acquisition and sustainment of a new or legacy system or component of hardware, software, or an integrated assembly of both. The DoD seeks the following benefits from MOSA: Significant cost saving or avoidance Schedule reduction and rapidly deploy new technology Opportunities for technical upgrades and refresh Interoperability, including system of systems interoperability and mission integration Other benefits during the sustainment phase DoD currently identified desired achievements: Technology Development & Prototyping Development of reusable open reference architectures Creation and testing of Interface Control Documents (ICDs) Prototype demonstration of modular software and hardware components Integration with mission systems across domains Development of AI/ML-enabled modules for automated interface validation and optimization of system performance. Development and prototyping of secure communication modules using standardized protocols like DDS. Creation of digital twins for simulating and testing MOSA-compliant systems. Toolsets and Infrastructure Development and support of digital engineering environments Tools for interface validation, simulation, and integration Establishment of integration and conformance test labs Development of tools for automated vulnerability scanning and mitigation in MOSA-based systems Industry and Academic Engagement Inclusive participation from non-traditional defense contractors (NDCs), academia, startups, and small businesses Hosting of technical exchange meetings (TEMs), challenge events, and tech scouting Transition and Fielding Support for transition of validated prototypes to Programs of Record (PoRs) Recommendations for governance models for MOSA implementation Participation in follow-on production activities under 10 U.S.C. � 4022(f) Special Notice Objective: USD(R&E) and Army Contracting Command - Orlando are exploring options to competitively award MOSA R&E to a CM, with the capability to reach an industry base (nontraditional defense contractors, traditional defense contractors, and academia) and able to meet the mission as outlined above. Under a non-Federal Acquisition Regulation (FAR) agreement, the selected Consortium Manager (CM) firm will balance event management skills with in-depth technical knowledge of MOSA. The CM�s ability to recruit nontraditional partners will be critical to ensure the overall membership of the consortium consists of firms with the capability to address the above noted capability gap(s). The Government desires a collaborative partner that will assist in all phases of projects within the scope of MOSA R&E. Future Restrictions: Due to the responsibilities associated with managing the consortium and in the interest of maintaining fairness, the selected Consortium Management Firm will be prohibited from performing under any agreement or contract with any direct or indirect influence or impact on a known or potential consortium prototype project or follow-on effort. A �potential� prototype project is any possible effort that contains scope which correlates to the scope or objectives to be defined within the MOSA RE agreement Request: Interested parties are requested to provide White Paper responses outlining possible technical solutions, capabilities, and critical cost/schedule drivers related to the following areas: Consortium management experience or the ability to rapidly initiate a consortium management implementation and execution plan for the Government. Experience managing OTs in a consortium environment; describe your program management, acquisition and financial management experience. Experience with ISO-31000 risk management standards and processes and development of a risk management plan for the consortium Experience as a prime contractor/vendor, managing multiple subcontractors Approach to identifying nontraditional defense contractors and niche MOSA capabilities in order to address the issues/tasks/topics put forward within the MOSA RE consortium. Experience with MOSA within the context of Federal Acquisition Regulation (FAR) acquisitions. Experience with MOSA within the context of other than Federal Acquisition Regulation (FAR) Government acquisitions. Experience with MOSA within the commercial marketplace, outside of the Government acquisition process. Explain your process, and any associated tools, for receiving and managing project submissions. Describe a recommended business structure between the Government and the CM, to include innovative fee structures and management plans. Include the time required to stand up the recommended structure. Provide any additional information or suggestions related to the scope and/or path presented within for the establishment of an MOSA R&E consortium. The cover page of the response shall include the company name, Commercial and Government Entity (CAGE) Code (if available), business type, address, point of contact including phone number and email address. Responses shall be submitted in Microsoft Word format and limited to no more than 12 pages using 12-point Arial or Times New Roman font, highlighting the areas listed above. Lack of experience in any category should not preclude interested vendors from submitting RFI responses. Potential Mini-Industry Day: The Government is considering holding a mini-Industry Day if there is enough interest from Industry. It may potentially consist of an open forum for questions and answers along with short one-on-one meetings. If interested, please notify Mr. Jordan Adaro at the e-mail address listed below by Tuesday, 22 July 2025 with interest and recommendations. This will also be subject to Government availability. Responses: The response shall be due no later than 12:00 PM Eastern Time (ET) on Monday, 18 August 2025. The responses shall be e-mailed to jordan.d.adaro.civ@army.mil. The Government intends to utilize responses to this special notice request to formulate a contracting strategy for the MOSA R&E consortium. While it is our full intent to utilize a competitive process for this effort, the Government reserves the right to limit further competition based on the input received from this notice, as is practicable to achieve flexibility and efficiency. Therefore, all interested parties should respond to this notice to maintain consideration for this prospect. Disclaimer: This notice does not constitute an invitation for bids or a request for proposal and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request. The Government will use the information received to forge its acquisition strategy. Additionally, all submissions become government property and will not be returned. No basis for a claim against the Government shall arise as a result from a response to this special notice request.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9020b9742c824873bbee055bd667fedc/view)
- Place of Performance
- Address: Orlando, FL 32822, USA
- Zip Code: 32822
- Country: USA
- Zip Code: 32822
- Record
- SN07513033-F 20250719/250717230046 (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 |