Rocket Software Licenses
Agency: Florida Department of Highway Safety and Motor Vehicles (HSMV) [FL]
Location: Florida
NAICS: Not Provided
| Agency | ACC Orlando |
|---|---|
| Deadline | 05/28/26 |
| Posted | 05/13/26 |
| Estimated Value | $15,000,000 - $60,000,000 (AI estimate) |
| Set Aside | None |
| NAICS | 541330 - Engineering Services |
| PSC | R425 - Support- Professional: Engineering/Technical |
| Location | Orlando, FL 32822 United States |
Modular Open Systems Approach (MOSA) for Department of War Consortium Manager and Marketplace
1. Purpose U.S. Army Contracting Command Orlando (ACC-Orlando) is issuing this Request for Solution (RFS) on behalf of the Office of the Under Secretary of War.). The purpose is to identify, review, and select a Consortium Management Firm (CMF) who will create and manage a Modular Open Systems Approach (MOSA) Consortium with a strong and diverse membership, as well as create and maintain a MOSA digital marketplace platform for hosting and discovering certified MOSA solutions. The Department of War (DoW) community is mandated to ensure programs incorporate a MOSA as part of the defense acquisition program life cycle. The purpose of this RFS is to assist in the achievement of this mandate. The MOSA Consortium embodies the Department's commitment to breaking down barriers, fostering competition, and to ensure enduring technological superiority. As necessary and appropriate to accomplish this goal the Government may award using the authority of 10 U.S.C. 4021: Research projects; transactions other than contracts and grants, U.S.C. 4022: Authority of the Department of Defense to carry out certain prototype projects, and U.S.C. 4023: Procurement for experimental purposes. The Government will evaluate prospective solutions with the intent to competitively award an Other Transaction Agreement (OTA) for consortium management and a digital MOSA marketplace through ACC-Orlando. 2. Summary and Background 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). DoD MOSA is intended to allow the Department 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. Vision, Mission, Strategic Goals and Acquisition Imperatives Vision: To transform defense acquisition into a modular, agile, and innovation-driven enterprise that delivers warfighting capabilities at the speed of relevance. The MOSA Consortium OTA embodies the Department's commitment to breaking down barriers, fostering competition, and ensuring enduring technological superiority. Mission : The MOSA Consortium OTA shall serve as the Department's principal mechanism for accelerating acquisition transformation through modular open systems. By uniting government, industry, and academia under a collaborative consortium, the mission is to: - Drive rapid prototyping, integration, and fielding of modular capabilities. - Institutionalize MOSA as the default acquisition strategy across all domains. - Empower the warfighter with adaptable, interoperable, and affordable systems.
Embed modularity, open interfaces, and data rights into all acquisition programs.
Leverage OTA authorities to reduce contracting timelines and deliver capabilities faster.
Engage non-traditional defense contractors, startups, and academia to broaden the innovation ecosystem.
Ensure cross-platform compatibility across Services, allies, and coalition partners.
Reduce sustainment burdens through modular upgrades and competitive vendor participation.
Deliver adaptable systems that evolve with operational needs and technological advances.
MOSA is the cornerstone of acquisition transformation. It represents a shift from closed, proprietary systems to open, modular architectures that: - Enable rapid technology insertion without costly redesigns. - Expand competition and vendor diversity, reducing reliance on single-source suppliers. - Lower lifecycle costs through modular sustainment and upgrades. - Strengthen interoperability across platforms, Services, and coalition partners. - Create a dynamic innovation ecosystem that accelerates collaboration and capability delivery. 3. General Administration Notes 3.1. The cost of preparing and submitting a response is not considered an allowable direct charge to any Government contract or agreement. Responses are called Solution Papers and are described in paragraph 5. 3.2. The term vendor in this document generally refers to an interested party or vendor competing to be selected as the CMF for the MOSA OTA. An individual vendor may not submit more than one Solution Paper to this RFS as a Prime for CMF. A vendor may participate as a subcontractor to multiple responses, in response to this RFS. 3.3. Non-compliance with the submission instructions provided herein may preclude the vendor from being considered for award. 3.4. The Government intends to enter into an agreement with only one consortium management firm that can best meet the Government's defined scope for the MOSA OTA. 4. General Requirements 4.1 Data Rights The Government's intellectual property (IP) strategy is foundational to the success of this MOSA ecosystem. The primary objective is to secure the necessary data rights to enable continuous competition, technology insertion, and affordable sustainment.
The Government will own and control the key interface standards and architectural definitions. The Government must obtain, at a minimum, Government Purpose Rights (GPR) to all external and internal interface design documentation, data models, and specifications required to integrate, substitute, or upgrade modules.
The OTA awarded to the CM will mandate that the CM implements and enforces the Government's IP strategy across all consortium activities. The CM will be responsible for establishing processes to track, manage, and deliver all technical data and software deliverables and their associated government rights.
While solution providers will be able to protect their proprietary internal technologies, their participation in the consortium will be contingent upon providing the required rights to the interface data that enables modularity. 4.2. Deliverables. The CMF shall provide the following key deliverables under his OTA which will include, but are not limited to:
A comprehensive plan detailing the CM's approach to oversight, financial management, risk management, and overall consortium operations.
The secure, functional digital marketplace platform for hosting and discovering certified MOSA solutions.
Regular, detailed reports on budget execution, administrative fee accounting, and performance metrics against Government-approved benchmarks.
An operational system (e.g., SharePoint site) for the management of all contract data, the tracking of all project deliverables, and the archival of all data and software with associated license rights.
An up-to-date repository of all consortium member information and executed membership agreements.
Professional and timely documentation for all official consortium meetings, including technical interchange meetings and steering committee sessions. 4.3. Security . 4.3.1. Classification: The vendor shall possess a facility security clearance level of Secret, to include their capability to handle classified material. The Vendor should comply with foreign disclosure processes described in US Army Regulation (AR) 380-10, Foreign Disclosure and Contacts with Foreign Representatives; Department of Defense Directive (DoDD) 5230.11, Disclosure of Classified Military Information to Foreign Governments and International Organizations; and DoDD 5230.20, Visits and Assignments of Foreign Nationals. Work by the Consortium Members may involve access to Controlled Unclassified Information (CUI) as well as classified information. The Consortium Members and their employees shall comply with: (1) the Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); (2) any revisions to that manual that may be issued; (3) the Agreement Security Classification Specification (DD Form 254), if included; and (4) all other security requirements specific to the individual projects, including, but not limited to, Operational Security (OPSEC) plans. Any Classified information shall be handled in accordance with Department of Defense Instruction (DoDI) 5200.48, Controlled Unclassified Information (CUI), and DoD 5220.22-M, the National Industrial Security Program Operating Manual. 4.3.2. Export Control Laws: Information Subject to Export Control Laws/International Traffic in Arms Regulation (ITAR): Public Law 90-629, Arms Export Control Act, dated 26 Dec 2013, as amended (22 U.S.C 2751 et. Seq.) requires that all unclassified technical data with military application may not be exported lawfully without an approval, authorization, or license under EO 12470 or the Arms Export Control Act, Continuation of Export Control Regulations, dated 30 Mar 1984, and that such data required an approval, authorization, or license for export under EO 12470 or Arms Export Control Act. For purposes of making this determination, the Militarily Critical Technologies List (MCTL) shall be used as general guidance. All documents determined to contain export controlled technical data will be marked with the following notice: WARNING: - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., App. 2401 et seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, 6 Nov 1984 Incorporating Change 1, dated 18 Aug 1995. Research findings and technology developments arising from the resulting proposed solution 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 will comply strictly with the International Traffic in Arms Regulation (22 C.F.R. 120-130), the National Industrial Security Program Operating Manual (DoD 5220.22-M) and the Department of Commerce Export Regulation (15 C.F.R. 730-774). 4.3.3. Foreign Ownership, Control or Interest (FOCI) Status . All vendors (primes and subs) must be vetted for eligibility, suitability, national status, and Foreign or USA Foreign Owned, Controlled and Influenced (FOCI) prior to the receipt of any award instrument. In accordance with the Vendor Facility Security Clearance Self-Validation Form, the solution must include certification that the vendor (and subcontractor(s)) is not Foreign Owned or under USA FOCI status (and are not in merger or purchasing discussions for a foreign company or USA FOCI Company). Should a prospective vendor be unable to self-certify, they will be ineligible for award unless the mitigating circumstances in the Vendor Facility Security Clearance Self-Validation Form are met. In such a case, these mitigating circumstances shall be detailed. 4.4. Compliance with Terms and Conditions. The CMF and each of its Members shall comply with the terms and conditions of the MOSA R&E Agreement, as a result of this RFS. The Agreement is to establish terms and conditions by and between the Government and the CMF to streamline the MOSA acquisition process for the noted authorities. The Agreement will commence upon the date of bilateral execution by and between the Government and the CMF and will have a term of ten (10) years. Note that the specific terms and conditions of the resulting Agreement will be negotiated with the selected CMF prior to award. However, finalization may not occur until after award if deemed necessary. If the Government cannot reach agreement with the selected CMF on the terms and conditions of the Agreement, then the Government reserves the right to award an alternative Firm to be the CMF. Award of an Agreement to the best overall CMF does not guarantee any projects will be awarded under the Agreement to Consortium Members. 5. Solution Responses and Evaluation Process The ideal solution will minimize the burden on the Government without performing tasks considered to be personal services. The selection of a Consortium Manager will follow a multi-step competitive evaluation process which will include a Go / No-Go Gate eligibility determination, written submissions, oral presentations, and negotiations, as deemed necessary by the Government. Each requirement will identify if the response will be written or oral. Interested vendors shall submit the written portion of its solution by the time specified in paragraph 6. At the Government's discretion, late or incomplete submissions may or may not be considered further. Cover page labeled with the heading, "Modular Open Systems Approach for Department of Defense Research and Engineering (MOSA R&E) Consortium Management and Marketplace," name of company, name of primary and alternate corporate point of contacts (POCs), name of technical POC, telephone number for each POC, mailing address, email addresses for each POC, CAGE code, and any other pertinent information. Complete Vendor Self Validation Form. It is imperative this form is filled out completely and accurately as it will be provided to the Security Office as a stand-alone document to verify the multiple security requirements. Complete Telecommunication Representation. Integrated Master Schedule for the creation and development of the Consortium. Integrated Master Schedule for creation and development of the digital Marketplace. A list of all sub-vendors. Each sub-vendor shall complete a Vendor Self Validation Form and Telecommunication Representation. Organization Conflicts of Interest and Mitigation Plan. Verifiable evidence the interested vendor has actively performed as a Consortium Manager within twelve (12) months preceding the release of this notice. Interested vendors shall provide documentation, such as an agreement that clearly identifies the vendor, its role, and performance dates within the past 12 months. The Government will review submissions to verify offerors meet minimum eligibility requirements. Only vendors deemed to meet this requirement will be further evaluated and eligible for Oral Presentations. The above documents do NOT count against the page count. Solutions will consist of a combination of oral and written portions, which at a minimum include the following: Technical & MOSA Implementation Approach: Offeror's strategy to achieve lifecycle goals through a modular business and technical architecture. - Ecosystem Openness (Oral): Offeror's approach to prevent vendor lock-in and ensure key interfaces are based on widely supported consensus standards. - Conformance & Certification (Oral): Proposed process for validating consortium member deliverables adhere to specified MOSA standards (e.g., FACETM, SOSATM). - Intellectual Property (IP) Strategy (Oral): Proposed IP and data rights approach enables the Government to exercise Government Purpose Rights (GPR) for future competitive acquisitions and sustainment activities. Consortium Management & Operations: Offeror's ability to manage a diverse community of nontraditional and traditional defense contractors while streamlining acquisition activities. - Nontraditional Engagement (Oral): Methodology for identifying recruiting, onboarding, and managing small, innovative firms capable of delivering severable modules. - Risk Management (Written): Summary of risk management plans to mitigate technical, schedule, and programmatic risks in accordance with recognized standards (e.g., ISO-31000) within a multi-vendor environment. - Collaboration Tools (Oral): The quality and maturity of collaborative development environments, shared digital infrastructure, and processes that facilitate technical data exchange and distributed development across consortium members. Past Performance (Written): Relevant performance from within five (5) years of release of this RFS with a focus on:
Performance in similar organizations with high-hazard or high-technical requirements.
History of successful technical design collaboration and integration of diverse vendor components. Marketplace Tool (Oral): Offeror's plan to develop, expand and manage a digital MOSA marketplace. Offeror's description of its planned tool, how it will work and how it will help achieve Government goals and objectives. - Capabilities: Highlight capabilities and plan to establish and manage a digital marketplace for the MOSA R&E Consortium. Cost/Price (Written): Compensation for Consortium Management and development and management of the Digital Marketplace. Vendors are free to propose its own methodology, i.e. a combined or separate. Written responses: Shall be submitted in an editable/executable (not scanned) Word/Adobe PDF format with a 12-page limit. If the solution exceeds the page limitation, the Government may choose not to read any information exceeding the 12 single sided page limit and the information may not be included in the evaluation of the solution. - Summary/highlights of Solution (optional)
- Cost/Price - Other as page limit allows
- Conformance & Certification - Intellectual Property (IP) Strategy
Based on the number of submissions, the Government may limit Oral Presentations to only the most highly rated written solutions eligible for Oral Presentations. If eligible and selected for Oral Presentations, interested vendors will be contacted to schedule an Oral Presentation, which will be held between 9 and 11 June 2026. Vendors shall submit a PDF version of its presentation slides by 3 p.m. ET on 8 June 2026. Each vendor's oral presentation will consist of a 30-minute solution presentation, a 30-minute break for Government evaluators to discuss, followed by a final 30-minute open discussion session. NOTE: Vendors are free to discuss or expand upon written portions during oral presentations, and the Government may ask questions on the written part during the Q&A portion. A maximum of four vendor participants allowed. All participants must be employees of the vendor or its sub-vendor and directly associated with performing as part of its solution. The proposed primary manager and/or their deputy of the MOSA CMF must be one of the presenters at oral presentations. Vendors are encouraged to challenge any Government assumptions or restrictive requirements in their individual solution and should articulate any major discrepancies between the RFS and Attachments, and its technical solution. 6. Solution Responses shall be submitted no later than 4:00 PM ET on Thursday, 28 May 2026. Solution Responses shall be submitted electronically to Mr. Jordan Adaro, jordan.d.adaro.civ@army.mil, Mr. Kurt Kleinlein, kurt.l.kleinlein.civ@army.mil, and Mr. Jason Graham, jason.c.graham8.civ@army.mil. Any submissions received after this date and time may not be considered.
Background The U.S. Army Contracting Command – Orlando (ACC-Orlando) is issuing this Request for Solution (RFS) on behalf of the Office of the Under Secretary of War. The goal is to identify, review, and select a Consortium Management Firm (CMF) to create and manage a Modular Open Systems Approach (MOSA) Consortium with diverse membership and to maintain a MOSA digital marketplace platform for certified MOSA solutions. This initiative supports the Department of War's mandate to incorporate MOSA into defense acquisition programs, fostering competition and ensuring technological superiority. Work Details The CMF will be responsible for: 1. Developing a Consortium Management Plan that details oversight, financial management, risk management, and operations. 2. Creating an Operational Marketplace Platform for hosting certified MOSA solutions. 3. Providing Financial and Performance Reports on budget execution and performance metrics. 4. Establishing a Data Management and Deliverables Repository for contract data management and deliverables tracking. 5. Maintaining a Consortium Membership and Agreement Archive with up-to-date member information. 6. Documenting Meeting Agendas and Minutes for all consortium meetings, including technical interchange meetings. Period of Performance The agreement will commence upon bilateral execution by the Government and the selected CMF, with a term of ten years.
| Contact name | Jordan Adaro |
|---|---|
| Contact email | jordan.d.adaro.civ@army.mil |
| Contact phone | None |
| Secondary contact name | Kurt Kleinlein |
| Secondary contact email | kurt.l.kleinlein.civ@army.mil |
| Secondary contact phone | None |
Agency: Florida Department of Highway Safety and Motor Vehicles (HSMV) [FL]
Location: Florida
NAICS: Not Provided
Agency: USACE Jacksonville District
Location: Florida
NAICS: 237990
Agency: USACE Jacksonville District
Location: Florida
NAICS: 237990
Agency: USACE Jacksonville District
Location: Florida
NAICS: 237990