Command, Control, and Infrastructure Operation (C2IO) services
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 U.S. Army Contracting Command-Detroit (ACC-DTA), on behalf of U.S. Army Intelligence and Security Command (INSCOM), is conducting market research through a Request for Information (RFI) for Command, Control, and Infrastructure Operation (C2IO) services. This RFI aims to gather industry capabilities for a potential 8(a) Set-Aside contract. Responses are due by January 29, 2026.
Purpose & Scope
This RFI is for planning purposes only to develop a viable solicitation for C2IO services. The anticipated requirement is for a non-personal services contract to operate and maintain C2IO for HQ INSCOM at Fort Belvoir, VA, and other CONUS/OCONUS locations. Services include providing subject matter experts for network, hardware, software, and administrative support, ensuring uninterrupted C2IO sustainment and technical support. The Performance Work Statement (PWS) outlines requirements for systems including commercial, modified commercial, and specially designed equipment.
Contract Details
- Opportunity Type: Request for Information (RFI) / Sources Sought
- Anticipated Contract Type: Firm Fixed Priced Level of Effort
- Anticipated Duration: 60 months (6-month base, four 12-month options, optional 6-month extension). The PWS indicates a base period from September 19, 2026 – March 18, 2027.
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- NAICS Code: 541513 – Computer Facilities Management Services (Size Standard: $37 Million)
- Product Service Code: DA01 - IT and Telecom – IT Services
- Place of Performance: Primarily Fort Belvoir, VA, with additional CONUS locations (Fort Shafter, HI; Fort Bragg, NC; Charlottesville, VA) and OCONUS (Seoul, South Korea/Pyeongtaek).
- Incumbent: AKIMA SYSTEMS ENGINEERING LLC (Contract W50NH9-21-C-0011)
Submission Requirements
Interested parties must submit a capabilities statement of no more than two pages by 12:00 PM EST on January 29, 2026, to laura.t.palumbo.civ@army.mil. Responses should address:
- Past performance on similar requirements.
- Ability to manage tasks and subcontractor teams.
- Specific technical skills.
- Ability to perform at least 50% of the work for the 8(a) set-aside.
- Company profile (small/large business status, employees, revenue, locations, DUNS).
- Specific small business designations (8(a), SB, SDB, WOSB, HUBZone, SDVOSB).
- Ability to meet Facility and Safeguarding requirements (TOP SECRET/SCI clearance, security compliance, training).
- Comments/concerns regarding the RFI.
Additional Notes
This RFI does not constitute a commitment for a procurement action. SAM and DUNS information will be mandatory for any future contract. Questions from industry will not be posted publicly.