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 single award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract solicitation around April 30, 2026. This effort seeks to establish the acquisition framework for delivering comprehensive information technology services and capabilities to support NGA's Foundation GEOINT mission.
Purpose & Background
The FS3i contract vehicle will provide IT sustainment services for the Foundation GEOINT Integrated Program Office (IPF) and the Foundation GEOINT (FG) capabilities/services within NGA’s Source Operations & Management Directorate's Foundation GEOINT Group (SF). Key mission areas include Aeronautical, Maritime, Topographic, Geopolitical Geography (Human Geography, Political Geography, Names, Places and Boundaries), Elevation, Geodesy (GPS, Soils, Surveys, Gravity), and Controlled Imagery.
Scope of Work
The requirement encompasses a full scope of IT services, including Operations Support Services, Integration Services, Software Maintenance Services, Common Services (such as Cyber Security and AI/ML), and Program Management. A Quality Assurance Surveillance Plan (QASP) will be used by the government to monitor contractor performance, focusing on outcomes. Performance standards cover areas like Configuration Management, Knowledge Management, Incident Tracking, Root Cause Analysis, Automation Deployment, System Performance, and IT Disaster Recovery. Contractors will be required to implement their own Quality Control Plan (QCP).
Contract Details
- Type: Single Award Indefinite Delivery/Indefinite Quantity (ID/IQ)
- Set-Aside: None specified
- NAICS Code: 541511, Custom Computer Programming Services
- PSC: DF01, IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES
Key Dates & Events
- Industry Day: An unclassified Industry Day was held on February 2-3, 2026, at the Patriot Ridge Conference Center in Springfield, VA. Attendees were required to RSVP by January 19, 2026.
- RFP Release: Anticipated on or around April 30, 2026.
- Questions Deadline: February 23, 2026, for additional Q&A following the Industry Day.
Proposal Requirements
Proposals must be clear, concise, and demonstrate a thorough understanding of the acquisition scope. They will require detailed technical and management approaches for all service areas. A mandatory Small Business Participation Plan, aiming for a 31% small business goal, is required. Proposals will follow a multi-volume structure including Offer, Technical/Management, Past Performance, Intellectual Property, Security, and Price/Cost, with strict page limitations. Offerors must ensure current SAM.gov registration.
Contacts
For questions, contact Daniel R. Fadely (daniel.r.fadely@nga.mil, 314-676-0215) or Hannah M. Pulcher (hannah.m.pulcher@nga.mil, 314-676-1711).