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. This initiative seeks to establish a single-award indefinite delivery/indefinite quantity (ID/IQ) contract for comprehensive IT sustainment services supporting NGA's Foundation GEOINT mission areas. The Request for Proposal (RFP) is anticipated around April 30, 2026.
Opportunity Details
- Agency: National Geospatial-Intelligence Agency (NGA)
- Contract Type: Single Award Indefinite Delivery/Indefinite Quantity (ID/IQ)
- NAICS Code: 541511, Custom Computer Programming Services
- Product Service Code: DF01, IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES
- Place of Performance: Saint Louis, MO
Scope of Work
The FS3i contract will provide IT sustainment services for the Foundation GEOINT Integrated Program Office (IPF) and the Foundation GEOINT Group (SF). This includes support for mission areas such as Aeronautical, Maritime, Topographic, Geopolitical Geography (Human Geography, Political Geography, Names, Places and Boundaries), Elevation, Geodesy (GPS, Soils, Surveys, Gravity), and Controlled Imagery.
Key services required include:
- Operations Support Services
- Integration Services (Configuration Management, Knowledge Management, Incident Tracking, System Performance)
- Software Maintenance Services (detection/correction of issues, root cause analysis)
- Common Services (including Cyber Security and AI/ML)
- Program Management
The Quality Assurance Surveillance Plan (QASP) outlines performance objectives and surveillance measures for these areas, emphasizing outcomes and requiring contractors to implement their own Quality Control Plan (QCP).
Proposal Requirements & Evaluation
Proposals must be clear, concise, and provide verifiable information, not merely rephrasing requirements. Offerors must detail technical and management approaches for all service areas. A Small Business Participation Plan is mandatory, targeting a 31% small business goal. Proposals will be structured into multiple volumes (Offer, Technical/Management, Past Performance, Intellectual Property, Security, Price/Cost) with strict page limitations. Evaluation will be based on criteria outlined in Section M, with specific sub-factors for Technical/Management and Small Business participation. Proposal validity must be at least 240 days.
Key Dates & Industry Engagement
- Pre-Solicitation Published: January 16, 2026
- Industry Day: February 2-3, 2026, at Patriot Ridge Conference Center, Springfield, VA. This unclassified event will feature two identical sessions due to room size limitations.
- Industry Day RSVP Deadline: January 19, 2026, to Kimberly Urbanski (Kimberly.urbanski.ctr@nga.mil, 571-558-5104).
- Questions Due: February 23, 2026 (for draft documents).
- Anticipated RFP Release: On or around April 30, 2026.
Contacts
- Primary POCs for Solicitation Questions: Daniel R. Fadely (daniel.r.fadely@nga.mil, 314-676-0215) and Hannah M. Pulcher (hannah.m.pulcher@nga.mil, 314-676-1711).
- Industry Day POC: Kimberly Urbanski (Kimberly.urbanski.ctr@nga.mil, 571-558-5104).