Information Technology (IT) Services and Support
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 Department of the Army's Army Contracting Command – Rock Island, on behalf of Product Lead Acquisition, Logistics and Technology Enterprise Services (PL ALTESS), is conducting market research through a Sources Sought / Request for Information (RFI) for Information Technology (IT) Services and Support. This RFI aims to gather industry capabilities to inform acquisition planning and strategy development for a potential future requirement. Responses are due by March 2, 2026.
Scope of Work
PL ALTESS, an IT managed service provider for the Army, requires a broad range of IT services. This includes IT Service Operations and Delivery, Service Operations Center Operations, customer training, full lifecycle IT testing and support, IT Data Center Operations, Network and System Administration, Cybersecurity, Disaster Recovery/Business Continuity, Hardware/Software integration and migration, requirements definition and management, Service Level Management, process design and management, Business Management, Application Services and Modernization, Acquisitions and Procurements, Infrastructure Services, Command Group support, and incidental construction. Services will be provided across Army Enterprise Data Centers (AEDCs) (CONUS & OCONUS) and Enterprise Cloud Management Agency’s (ECMA) cARMY enclaves. The estimated level of effort is 206 Full Time Employees (FTEs). The primary place of performance is the Radford Army Ammunition Plant in Radford, VA, with potential work at other CONUS and OCONUS locations.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI). The government is exploring various acquisition strategies, including Time and Materials (T&M), Labor Hour, and Firm-Fixed-Price (FFP), and is open to hybrid approaches. A decision on the contract vehicle has not been made.
- Set-Aside: Currently Full and Open, with no specific small business goals or set-aside categories established at this time.
- Response Due: March 2, 2026, 5:00 PM Eastern Standard Time.
- Published: February 5, 2026.
- Anticipated Period of Performance: A 12-month base period with a 30-day transition-in, followed by four 12-month option periods (May 1, 2026 - April 30, 2031).
Submission Requirements
Interested parties should submit a capability statement, not a proposal, demonstrating organizational and staff qualifications. Statements can cover the entire Performance Work Statement (PWS) scope or specific task areas and are limited to 15 pages (including Table of Contents). Responses to specific RFI questions are encouraged but not required. Personnel must possess a minimum interim or final DoD security clearance, and the prime contractor must have or demonstrate the ability to obtain a Secret Facility Clearance. Subcontractors are permitted, but independent 1099 contractors are generally not.
Additional Notes
This RFI is for informational purposes only and does not commit the Government to award a contract. Responses are voluntary. The government has provided responses to RFI questions on July 23, 2025, clarifying various aspects including submission flexibility, contract type considerations, staffing requirements, and security protocols.