Foundation Sustainment Support, Software and Integration (FS3i)
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 National Geospatial-Intelligence Agency (NGA) has issued a Pre-Solicitation Notice for the Foundation Sustainment Support, Software and Integration (FS3i) requirement. NGA anticipates releasing a Solicitation/Request for Proposal (RFP) around April 30, 2026, for a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. This opportunity, valued up to $721 million with a 7-year ordering period, seeks to establish an acquisition framework for comprehensive IT sustainment services for NGA's Foundation GEOINT (FG) systems.
Scope of Work
The FS3i contract will provide critical IT services to support the Foundation GEOINT Integrated Program Office (IPF) and the Foundation GEOINT Group (SF). Key service areas include:
- Software Development: Creating new capabilities for the FG baseline.
- Integration: Integrating solutions into the FG enterprise.
- Software Maintenance: Corrective, adaptive, preventative, and perfective maintenance.
- Operations Support: Daily production activities and operational baselines.
- IT Procurement: Acquisition, engineering, and maintenance of IT hardware and COTS software. The work emphasizes Agile methodologies, DevSecOps practices, API-first approaches, and continuous monitoring. Specific task orders will cover common services (e.g., Program Management, Help Desk, Cloud Management, Cyber Security, Configuration Management) and specialized support for Aeronautical Safety of Navigation (SoN) systems.
Contract Details
- Contract Type: Single-award ID/IQ, Hybrid (Cost Reimbursable Fixed Fee, Firm Fixed Price, Time and Material, and Cost Reimbursable).
- Estimated Value: Up to $721,000,000.00, with a $10,000.00 guaranteed minimum.
- Ordering Period: Seven (7) years.
- NAICS Code: 541511, Custom Computer Programming Services. (Note: A draft Section L document referenced NAICS 541519, Other Computer Related Services).
- Product Service Code: DF01, IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES.
- Set-Aside: None specified. However, a 31% Small Business Participation goal is mandatory, and Small Business Participation is a sub-factor in the evaluation.
- Place of Performance: Primarily contractor facilities, with potential on-site work at NGA facilities in Washington, DC, and St. Louis, MO.
Evaluation Factors
Award will be based on a best value tradeoff, with non-price/cost factors significantly more important than price/cost. Evaluation factors, in descending order of importance, include:
- Technical/Management: Significantly more important than Past Performance, includes Operations Support, Integration, Software Maintenance, Common Services, Program Management, and Small Business Participation.
- Past Performance: Significantly less important than Technical/Management.
- Intellectual Property: Less important than Past Performance.
- Security: Pass/Fail factor. Requires Facility Clearance Level (FCL), Personnel Security Clearance (PCL) with TS/SCI access, SCIF accreditation, Security Plan, Cyber Hygiene, and Supply Chain Risk Management. Failure to pass makes a proposal ineligible.
- Price/Cost: Evaluated for reasonableness and realism, but not numerically rated.
Key Dates & Information
- RFP Release Anticipated: On or around April 30, 2026.
- Industry Day: Held February 2-3, 2026. Consolidated Q&As and Industry Day slides are available in the Bidder's Library.
- Security Requirements: Compliance with DD Form 254 and TS/SCI clearances are mandatory for personnel.
- Bidder's Library: A related link (HM047625R0016_Bidder_Library) is provided for additional documents, including Industry Day slides, Q&As, and a Bidder's Library.
- Contacts: Daniel R. Fadely (daniel.r.fadely@nga.mil) and Hannah M. Pulcher (hannah.m.pulcher@nga.mil) are the primary points of contact.