Capacity as A Service (CaaS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Marine Corps Installations National Capital Region – Regional Contracting Office (MCINCR-RCO), on behalf of the Marine Corps Installations Command (MCICOM), G-6 Installation Systems Branch (ISB), is conducting market research through a Request for Information (RFI) for Capacity as a Service (CaaS). This RFI aims to identify small business vendors capable of providing CaaS to support its Research, Development, Testing, and Evaluation (RDT&E) core infrastructure, laboratory environments, and data centers. Responses are due by March 18, 2026, at 08:00 AM EST.
Scope of Work
The RFI includes a draft Performance Work Statement (PWS) outlining requirements for an agile, on-demand, on-premise CaaS solution. Key aspects include:
- Hardware Provision: Contractor to furnish and install compute, networking, and storage hardware at designated Government facilities (MCITC, Kansas City, MO, and Newlin Hall, Marine Corps Base Quantico, VA).
- Operational Control: Government retains operational management; contractor handles procurement, delivery, installation, de-installation, and lifecycle maintenance of bare-metal systems.
- Technical Specifications: Hardware must support various operating systems (Windows Server, Red Hat Linux, Solaris, AIX, HP-UX, SUSE Linux, VMware vSphere) and specific interfaces (FC, FCoE, 10/40 GbE). Solutions must be modular, enterprise-grade, scalable, and integrate with existing Government environments, including FIPS 140-2/3 encryption for storage.
- Support: Requires 24x7 OEM support contracts, technical assistance, firmware updates, and part replacement. Contractor acts as the liaison for OEM support.
- Personnel: Contractor personnel must be U.S. citizens and comply with security requirements.
Industry Feedback Requested
Vendors are asked to provide input on:
- Capability to deliver all products and services outlined in the draft PWS.
- Potential barriers to competition and competition influencers.
- Interest in submitting a proposal for this requirement.
- Commercial availability of the product/service.
- Suitability of a Firm Fixed Price (FFP) contract.
- Rough Order of Magnitude (ROM) pricing.
- Relevant North American Industry Classification System (NAICS) code(s).
Submission Details
- Deadline: March 18, 2026, 08:00 AM Eastern Standard Time (EST).
- Method: Email responses to Kellie Holley (kellie.holley@usmc.mil) and Kevin Guertin (kevin.guertin@usmc.mil).
- Format: No more than 10 pages, excluding the cover page.
- Required Content: Responses to the "Industry Feedback" section, business name and address, company representative details, business type, Cage Code and UEI, available contract vehicles (e.g., GSA, NASA SEWP), and estimated delivery lead time.
Anticipated Contract Details
- Type: Anticipated as a Firm Fixed Price (FFP) unit pricing model for hardware-based capacity.
- Period of Performance: One (1) year Base Period plus four (4) one-year Option Periods.
Additional Notes
This is an RFI for market research and planning purposes only; it is not a request for quote (RFQ) or a solicitation. The Government is under no obligation to award a contract. No funds are available for response preparation. Proprietary information must be clearly marked.