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 Presolicitation Notice for the Foundation Sustainment Support, Software and Integration (FS3i) requirement. NGA intends to conduct an open competition for a single-award indefinite delivery/indefinite quantity (ID/IQ) contract to provide comprehensive IT sustainment services for its Foundation GEOINT (FG) capabilities. A formal Solicitation/RFP is anticipated around April 30, 2026. The response date for this presolicitation is February 23, 2026, at 3:00 PM EST.
Scope of Work
The FS3i contract will establish an acquisition framework for delivering a full scope of IT services and capabilities to support NGA's Foundation GEOINT Integrated Program Office (IPF) and the FG capabilities/services for the Source Operations & Management Directorate's Foundation GEOINT Group (SF). This includes mission areas such as Aeronautical, Maritime, Topographic, Geopolitical Geography, Elevation, Geodesy, and Controlled Imagery.
Key services encompass six main IT categories:
- Software Development: Creating new capabilities for the FG baseline.
- Integration: Integrating solutions from various development teams into the FG enterprise, including specific support for Aeronautical Navigation Office (SFA) capabilities.
- Software Maintenance: Performing corrective, adaptive, preventative, and perfective maintenance on FG capabilities.
- Operations Support: Providing services for FG operational baselines and daily production activities.
- Foundation GEOINT IT Procurement: Acquiring, engineering, and maintaining IT hardware.
- Foundation GEOINT COTS Software Procurement: Acquiring, engineering, and maintaining COTS software. Additionally, Task Order #1 (Common Services) will cover program management, help desk, cloud management, cyber security leadership, configuration management, solution architecture, and sustainment of Foundation GEOINT Enterprise Systems (FGES).
Contract Details
- Contract Type: Single-Award Indefinite Delivery/Indefinite Quantity (ID/IQ)
- Estimated Value: Up to $721,000,000.00 with a guaranteed minimum of $10,000.00.
- Ordering Period: Seven (7) years.
- Contract Structure: Hybrid (Cost Reimbursable Fixed Fee, Firm Fixed Price, Time and Material, and Cost Reimbursable (no fee)).
- NAICS Code: 541511, Custom Computer Programming Services.
- Product Service Code: DF01, IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES.
- Set-Aside: Not explicitly set aside, but requires a Small Business Participation Plan with a 31% goal. Large businesses must submit a Small Business Subcontracting Plan.
Evaluation Factors
Award will be based on a best value tradeoff, where non-price/cost factors combined are significantly more important than price/cost. Evaluation factors, in descending order of importance, include:
- Technical/Management: (Significantly more important than Past Performance) covering Operations Support, Integration, Software Maintenance, Common Services, Program Management, and Small Business Participation.
- Past Performance: (Significantly less important than Technical/Management) assessing recency, relevancy, and quality.
- Intellectual Property: (Less important than Past Performance) evaluating risks related to technical data and software rights.
- Security: (Pass/Fail) requiring Facility Clearance Level (FCL), Personnel Security Clearance (PCL), SCIF, Security Plan, Cyber Hygiene, and Supply Chain Risk Management. A "Fail" rating makes a proposal ineligible.
- Price/Cost: Evaluated for reasonableness and realism, but not numerically rated.
Key Requirements & Notes
- Security: Personnel will require TS/SCI clearances and continuous evaluation. Compliance with DD Form 254 and NISPOM is mandatory.
- Place of Performance: Primarily at the Contractor's facilities, with potential on-site work at NGA facilities in Washington, DC, and St. Louis, MO.
- Industry Day: An Industry Day was held on February 2-3, 2026, and the Q&A response document is currently being completed.
- Submission: Questions should be submitted to Daniel Fadely (daniel.r.fadely@nga.mil) or Hannah Pulcher (hannah.m.pulcher@nga.mil).
- Templates: Various templates are provided for proposal preparation, including OCI Disclosure, Key Personnel Resumes, Small Business Participation, Past Performance Questionnaire, Intellectual Property Schedule, and Security Clearance information.