Skip to content
Department of Defense

RFI AMSS Band Aid

Solicitation: PdMFSS-2601
Notice ID: 304a46bc48f84639b30073a0c8e389ba
TypeSources SoughtDepartmentDepartment of DefenseAgencyDept Of The ArmyStateMAPostedMar 31, 2026, 12:00 AM UTCDueApr 15, 2026, 09:00 PM UTCCloses in 12 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MA. Response deadline: Apr 15, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: PDMFSS-2601. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$41,315,773,926
Sector total $41,315,773,926 • Share 100.0%
Live
Median
$417,455
P10–P90
$30,107$49,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+81%($11,850,482,151)
Deal sizing
$417,455 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MA
Live POP
Place of performance
Not listed
State: MA
Contracting office
Natick, MA • 01760-5011 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MA20260003 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Massachusetts • Berkshire, Franklin, Hampden +1
Rate
Insulator/asbestos worker (Includes the application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $44.36Fringe $36.63
Rate
BOILERMAKER
Base $50.62Fringe $28.82
+61 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 61 more rate previews.
Davis-BaconBest fitstate match
MA20260003 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Berkshire, Franklin, Hampden +1
Rate
Insulator/asbestos worker (Includes the application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems)
Base $44.36Fringe $36.63
Rate
BOILERMAKER
Base $50.62Fringe $28.82
Rate
BRICKLAYER BRICKLAYERS; CEMENT MASONS; PLASTERERS; STONE MASONS; MARBLE, TILE & TERRAZZO WORKERS
Base $50.81Fringe $32.27
+60 more occupation rates in this WD
Davis-Baconstate match
MA20260004 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Barnstable, Berkshire, Bristol +8
Rate
Bricklayer, Plasterer, Stonemason
Base $62.40Fringe $34.40
Rate
Bricklayer, Plasterers, Stonemasons, Tile Layers
Base $50.81Fringe $32.27
Rate
BRICKLAYER
Base $62.40Fringe $34.40
+43 more occupation rates in this WD
Davis-Baconstate match
MA20260019 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Hampden
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $57.83Fringe $33.70
Rate
Group 2
Base $57.18Fringe $33.70
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $42.88Fringe $31.04
+21 more occupation rates in this WD
Davis-Baconstate match
MA20260020 (Rev 0)
Open WD
Published Jan 02, 2026Massachusetts • Hampshire
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $57.83Fringe $33.70
Rate
Group 2
Base $57.18Fringe $33.70
Rate
POWER EQUIPMENT OPERATOR Group 1
Base $42.88Fringe $31.04
+21 more occupation rates in this WD

Point of Contact

Name
Raul Lopez
Email
raul.a.lopez.civ@army.mil
Phone
Not available
Name
Clinton Mcadams
Email
clinton.b.mcadams.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-APG • W6QK ACC-APG NATICK
Contracting Office Address
Natick, MA
01760-5011 USA

Description

INTRODUCTION: This announcement constitutes a Request for Information (RFI) notice for the Arctic Mobility Sustainment System (AMSS) described below.

IMPORTANT NOTICE: This RFI notice is being issued for the purpose of determining market capability of sources and assessing industries’ current capabilities in specific technological areas. This does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Any information provided does not constitute a proposal but will be considered an exchange of capabilities and ideas. The Government will not be responsible for any cost incurred in furnishing this information or potential participation in the event. This RFI does not constitute a commitment, implied or otherwise, that the government will take procurement action in this matter. All information received in response to this notice that is marked Proprietary will be handled accordingly.

Responses will be reviewed, and candidate technologies of interest will be invited to participate in an Industry Day event in June 2026 to demonstrate and show the technology based on information provided in response to this RFI. Additional field evaluations may be completed.

The due date for responses to this RFI is 16 April 2026, 5pm EST.

BACKGROUND:

The Arctic Mobility Sustainment System (AMSS) addresses the need for equipment to operate effectively in the Arctic environment, where extreme cold, challenging terrain, and long distances require specialized capabilities. AMSS is being developed as a system that enables dismounted Soldiers to transport sustainment and survivability equipment essential for 72-hour operations. Current arctic equipment is outdated, unit-procured, and often in disrepair, failing to optimize Soldier mobility and survivability. The AMSS mitigates these gaps by improving mobility, reducing logistical strain, and enhancing Soldier safety in hazardous cold weather environments.

Product Manager Force Sustainment Systems (PdM FSS) is evaluating solutions to address gaps in legacy systems to include, but not limited to, rapid deployment and strike, system weight, equipment modernization, and system durability. Information received from this RFI may ultimately result in requests for equipment manufacturers to demonstrate their capabilities at no cost or risk to the Government.  This RFI will help inform the Government's acquisition strategy for a potential future production effort that could exceed 3,000 systems.

Requirements:

Mature technologies (TRL 7+) and products that can provide the following capabilities are of interest: (See TRL definitions on attached document)

  1. Arctic Transport System with Cover
    1. Shall be towable by soldiers while on skis, snowshoes, or on foot, and be compatible with existing soldier equipment
    2. Front and rear side attachment points
    3. Front and rear push points
    4. Shall fit in a UH-60 w/ doors closed
    5. Appropriately sized to carry shelter and other issued end items.
    6. Shall have multiple lift points to enable soldiers to lift, carry or maneuver without pinching, causing injuries to hands
    7. Shall be capable of being towed by snowmobiles and other Climatic Zone 7 all-terrain motorized vehicles
    8. Additional Components
      1. Harness
        1. Quick release capability
        2. Pole/Trace line anchor system
      2. 5x 9ft Trace Lines

  1. Arctic Heater w/ Safety Mod Kit
    1. Shall be easily assembled and maintained by soldiers to prevent damage to equipment and bodily harm
    2. Shall be operable and able to direct/vent exhaust outside of a shelter
    3. Shall be lightweight and portable
    4. Shall be compatible with Class III Petroleum, Oil, and Lubricants
      1. Diesel, kerosene, or motor gas-based fuels
      2. Wood, coal, Naphthal/White gas
    5. Shall have a fire mat
    6. Shall heat an arctic shelter from –40 to +40 in one hour
    7. Maximum time to repair shall not exceed 15 mins for 90% of field level maintenance tasks

  1. Locking Carabiners
    1. Shall support tactical tasks in mountainous terrain
      1. Ascent/Descent
      2. Negotiating steep inclines
      3. Support Casualty evacuation
    2. Shall enable soldiers to lift, carry, and maneuver equipment and personnel
      1. Closed Major Axis Strength - 24 kN
      2. Open Major Axis Strength - 8 kN
      3. Minor Axis Strength - 8 kN

  1. Oval-type Carabiner (Locking not required)
    1. Shall support towing of a sled system weighing up to 800lbs
      1. Closed Major Axis Strength - 24kN
      2. Open Major Axis Strength - 8 kN
      3. Minor Axis Strength - 8 kN
    2. Shall support towing by Climatic Zone 7 vehicles

  1. Bow Saw
    1. Locking: locked when in operation, stowable when not in use.
    2. Integrated: Minimal likelihood of losing components that render the saw inoperable.

  1. Collapsable Avalanche Shovel
    1. Shall serve as a shovel/hoe system
      1. Separate modes for traditional shoveling and use as a hoe
    2. Shall have a “D-handle” for use with mittens
      1. T – handles are not compatible with mittens worn in arctic environment

  1. Lopper
    1. At least 18”, ideally 20-24"
    2. One per squad or one per team

  1. Multipurpose Tool
    1. Shall be able to clean an arctic heater system.
      1. Plyer
      2. Picks
      3. Philips and flathead screwdriver
    2. Make sled repairs
      1. Plyer/wrench to service bolts
    3. Make shelter repairs
      1. Plyer

  1. Emergency Blanket
    1. Shall support 98th percentile height/weight measurements of a soldier
      1. Male – 73", ~200lbs
      2. Female - 68”, ~166lbs
    2. Shall provide ≥ 12 hours of thermal insulation to maintain safe body temperature for a casualty in ambient temperatures of –40 F down to -65 F
    3. Shall provide ≥ 24 hours of active heating in ambient temperatures of –40 F down to -65 F
    4. Shall have access points to provide medical treatment without removing the casualty from the system
    5. Shall have multiple carrying handles for lifting, carrying, and maneuver
    6. Shall be compatible with litter systems
    7. Shall be small and lightweight while still meeting performance requirements

  1. Emergency Stove
    1. Collapsible
    2. Lightweight
    3. Shall be compatible with both wood and solid fuel sources

 These systems shall have the following:

  1. Berry Amendment compliant.
  2. Buy American Act compliant.
  3. Fully operational at –40 F, and ideally at -65 F with ice, snow, moisture, and thermal cycling.
  4. Ergonomically suitable for soldiers wearing issued cold-weather clothing (mittens, multiple layers).
  5. Lightweight while still meeting operational requirements.
  6. Meet relevant MIL-STD-810H environmental requirements.
  7. Five (5) years of useful life.
  8. 10 years of storage life.
  9. Shall be of subdued color that blends in with arctic environments and does not produce a large signature.
  10. Capable of operating for a continuous 72-hour mission.

CONTENT AND FORMAT OF PRODUCT DESCRIPTIONS: The electronic copy of responses is to be in .PDF or .DOCX compatible format using a size 12 font with one-inch margins. Following a review of the responses received, PdM FSS may elect to request additional information, to gain additional information about their proposed solution(s).

SUBMISSION – should include:

The intent of the product synopsis is to identify systems/technologies that have already been shown to meet many of the performance requirements listed above and could be demonstrated. To respond to this RFI, please complete the attached Submission Form and the below listed information of interest white paper, NOT TO EXCEED 10 PAGES, with additional pertinent information.

Do not attach marketing brochures, test reports, or other extraneous materials to your submission as they will not be reviewed nor will they be considered as part of the evaluation.

INFORMATION OF INTEREST

The US Army seeks Commercial-Off–The-Shelf (COTS) or emerging technologies of Technology Readiness Level 7 (TRL 7) or higher (See TRL definitions on attached document) that represent the state of the art. Contractors are requested to provide all of the following information for consideration within a white paper (not to exceed 10 pages): 

a. A cover page labeled with the heading Arctic Mobility Sustainment System (AMSS) Product Information, Including product name, the manufacturer, and manufacturer address, technical point of contact, telephone number, email address and at least one photograph of the end item.

b. An executive summary describing the product. 

            c. No more than 10 pages including:

    1. Product technical description. Fully describe the product inclusive of all components. (i.e. operational concept, system weight, system cube when packed for transportation, system dimensions when deployed for use, and any other applicable components.
    2. Narrative and graphical depiction of the proposed system including core technologies, deployment methods, and important subsystems.  
    3. Product specifications with particular emphasis on quantitative metrics and capability. Applicable physical attributes to include parameters such as capacities, input requirements, salient output capabilities, or other quantitative characteristics as appropriate.
    4. Any identified areas of concern or risk in the supply chain for the product.
    5. Relevant history of product (or similar product) utilization and any test results applicable to the system requirements. Test reports may be requested after review.
    6. Identify all tools and equipment required for operation.
    7. Transportation requirements and limitations.
    8. Consumables – Discuss all system consumables, including maintenance items.
    9. Catalog price or rough estimate of unit cost.
    10. Detailed description of manufacturing capability to include production capacity and throughput information.
      1. Capability to scale production
      1. Production timeline to deliverable systems
    1. Locations of manufacturing.

If your technology is of interest, the Government Team will contact you with an invitation to participate in an Industry Day that will occur in June 2026.

All companies will be notified of invitation/non-invitation decisions before the end of May 2026.

The Government reserves the right to request additional clarifying information from each respondent.

SUBMISSION DATE AND ADDRESS: Electronic responses to this notice are requested to be emailed to the following Points of Contact no later than16 April 2026, 5pm EST.

  • Raul Lopez, Project Lead, raul.a.lopez.civ@army.mil
  • Clinton McAdams, Project Engineer, clinton.b.mcadams.civ@army.mil

The subject line of the e-mail should contain the words Arctic Mobility Sustainment System (AMSS)

Please note: Brochures or other descriptions of general organizational or individual capabilities will not be accepted as a response. All responses will be assigned to an identification number, and an email will acknowledge receipt.

NOTE: This RFI is issued for the purpose of determining market capability of sources and does not constitute an indication that the Government will contract for any of the items and/or services contained in this notice.  All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses may not include classified material. Responses to this notice will not be returned. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time for publication, is subject to revision, and is not binding upon the Government. Availability of any formal solicitation will be announced under a separate Federal Business Opportunities announcement.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.