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, Army Contracting Command – Rock Island (ACC-RI), on behalf of Product Lead Acquisition, Logistics and Technology Enterprise Services (PL ALTESS), is issuing a Request for Information (RFI) for Information Technology (IT) Services and Support. This RFI seeks industry capabilities to inform acquisition planning and strategy development for potential future requirements. The primary place of performance is Radford, Virginia, with potential CONUS/OCONUS work. Responses are due by March 2, 2026, at 5:00 PM Eastern Standard Time.
Purpose & Background
PL ALTESS, an IT managed service provider for the Army, delivers infrastructure, platform, and application services across various hosting locations, including Army Enterprise Data Centers (AEDCs) and commercial cloud environments. This RFI is for informational purposes only, not a Request for Proposal (RFP), and aims to gather capability statements and insights from industry. The government has not yet made a decision on the contract vehicle or specific set-aside, with the acquisition strategy currently considered full and open.
Information Requested
ALTESS is requesting comprehensive capability statements, limited to 15 pages (12-point Arial font, 1-inch margins), demonstrating organizational and staff qualifications. Submissions can cover the entire Performance Work Statement (PWS) scope or specific task areas. Additionally, respondents must address specific questions regarding:
- Impact of Time and Materials (T&M) or Labor Hour contract types.
- Recommended contract types for labor-intensive IT services.
- Automation and DevOps capabilities, including cybersecurity integration.
- Contract flexibility and labor rate strategies for evolving IT needs.
- Surge capacity and temporary labor support.
- Hurdles with government onboarding and security clearance processes.
- Experience in managing subcontractors. Company information, including business status (small/large), DUNS, employee count, and revenue history, is also required.
Scope of Work (as outlined in PWS)
The PWS, which has been amended to remove the 'Facilities' paragraph (4.1.1.2), outlines requirements for a broad range of IT services, including:
- IT Service Operations and Delivery, Service Operations Center Operations.
- Full lifecycle IT testing and support, Data Center Operations, Network and System Administration.
- Cybersecurity, Disaster Recovery/Business Continuity, Hardware/Software integration.
- Application Services and Modernization, Acquisitions and Procurements.
- The estimated level of effort is 163 Full Time Employees (FTEs).
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI).
- Anticipated Contract Type: The government is exploring various strategies, including Time and Materials (T&M), Labor Hour, and Firm-Fixed-Price (FFP), potentially as an Indefinite Delivery/Indefinite Quantity (ID/IQ) five-year contract.
- Set-Aside: None specified; currently a full and open acquisition strategy.
- NAICS Code: 541512, with a Small Business Size Standard of $27.5M.
- Tentative Period of Performance (from latest PWS): A 12-month base period (September 14, 2027 – September 13, 2028) with a 30-day transition-in and four 12-month option periods.
- Response Due: March 2, 2026, 5:00 PM EST.
- Questions Due: February 12, 2026, 5:00 PM EST.
- Q&A Publication: On or around February 23, 2026.
- Submission Method: Electronic via email to Nicole Feddersen (corene.n.feddersen.civ@army.mil) and Marisol Trevino (marisol.m.trevino.civ@army.mil).
Special Requirements
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. U.S. citizenship is preferred, but qualified personnel with valid work visas may be considered. The effort is subject to the Berry Amendment, Clinger-Cohen Act, and Service Contract Act. Performance will be monitored via a Quality Assurance Surveillance Plan (QASP) and Performance Requirements Summary (PRS) outlining specific metrics for staffing, deliverables, schedule adherence, and reporting.