Skip to content
Department of Defense

Modular Open Systems Approach (MOSA) for Department of Defense (DoD) Research & Engineering (R&E) Other Transaction Agreement (OTA) Consortium (MOSA R&E) Feedback Request for Draft Evaluation Criteria

Solicitation: W900KK-26-R-MOSA_ACC-ORL
Notice ID: f43c68582fa14500a69e2e85386331be
TypeSpecial NoticeDepartmentDepartment of DefenseAgencyDept Of The ArmyStateFLPostedFeb 19, 2026, 12:00 AM UTCDueFeb 27, 2026, 05:00 PM UTCCloses in 4 days

Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Feb 27, 2026.

Market snapshot

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

12-month awarded value
$16,171,967,515
Sector total $16,171,967,515 • Share 100.0%
Live
Median
$563,150
P10–P90
$40,983$70,541,387
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)
+35918%($16,082,270,541)
Deal sizing
$563,150 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 FL
Live POP
Place of performance
Orlando, Florida • United States
State: FL
Contracting office
Not listed

Point of Contact

Name
Jordan Adaro
Email
jordan.d.adaro.civ@army.mil
Phone
Not available
Name
Kurt Kleinlein
Email
kurt.l.kleinlein.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-ORLANDO
Contracting Office Address
Not available

Description

Special Notice:

In support of Modular Open Systems Approach (MOSA) for Department of Defense Research & Engineering Other Transaction Agreement (OTA) Consortium (MOSA R&E) - last version published on 09/03/2025.

*Requesting industry feedback, questions, comments, and recommendations on the draft evaluation criteria below*

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.

Step 1: Go / No-Go

Vendors are required to have 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 that offerors meet minimum eligibility requirements.   Only vendors deemed eligible will advance to the next step of the evaluation.

Step 2: Written and Oral Presentation

Factor 1: Technical & MOSA Implementation Approach (Oral)

The Government will evaluate the offeror’s strategy to achieve lifecycle goals through a modular business and technical architecture. 

  • Subfactor 1: Ecosystem Openness: The extent to which the offeror’s approach prevents vendor lock-in and ensures key interfaces are based on widely supported consensus standards.
  • Subfactor 2: Conformance & Certification: The effectiveness of the proposed process for validating that consortium member deliverables adhere to specified MOSA standards (e.g., FACE™, SOSA™).
  • Subfactor 3: Intellectual Property (IP) Strategy: The degree to which the proposed IP and data rights approach enables the Government to exercise Government Purpose Rights (GPR) for future competitive acquisitions and sustainment activities. 

Factor 2: Consortium Management & Operations

The Government will evaluate the offeror’s ability to manage a diverse community of nontraditional and traditional defense contractors while streamlining acquisition activities. 

  • Subfactor 1: Nontraditional Engagement (Oral): Demonstrated methodology for identifying recruiting, onboarding, and managing small, innovative firms capable of delivering severable modules.
  • Subfactor 2: Risk Management (Written): The robustness of plans to mitigate technical, schedule, and programmatic risks in accordance with recognized standards (e.g., ISO-31000) within a multi-vendor environment.
  • Subfactor 3: 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. 

Factor 3: Past Performance (Written)

The Government will assess recent and relevant performance (within the last 5 years) that demonstrates success in: 

  • Managing Complex Consortia: Performance in similar organizations with high-hazard or high-technicality requirements.
  • Open Architecture Projects: History of successful technical design collaboration and integration of diverse vendor components. 

Factor 4: Cost/Price (Written)

  • Management & Throughput Charges: The Government will evaluate the CMO compensation rates (e.g., annual management fees vs. transaction-based fees) for reasonableness.

Responses: The response shall be due no later than 12:00 PM Eastern Time (ET) on Friday, 27 February 2026. The responses shall be e-mailed to jordan.d.adaro.civ@army.mil and kurt.l.kleinlein.civ@army.mil.

The Government intends to utilize responses to this special notice request to formulate a finalized evaluation criteria 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.

Files

Files size/type shown when available.

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.