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 Army Contracting Command – Rock Island (ACC-RI), on behalf of Product Lead Acquisition, Logistics and Technology Enterprise Services (PL ALTESS), has issued a Sources Sought (RFI) for Information Technology (IT) Services and Support. This RFI seeks industry capabilities to inform acquisition planning for a future comprehensive IT services contract. The acquisition strategy is currently full and open. Responses are due by March 17, 2026, at 5:00 PM EST.
Purpose & Background
PL ALTESS, an IT managed service provider for the Army, offers infrastructure, platform, and application services across various hosting locations, including Army Enterprise Data Centers (AEDCs) and commercial cloud environments. This RFI aims to gather information from industry sources to assess capabilities and inform the acquisition strategy for a tentative future requirement.
Scope of Work
The anticipated future contract will encompass a broad range of IT services, including:
- IT Service Operations and Delivery
- Service Operations Center Operations
- Customer training, IT testing, and support
- IT Data Center Operations, Network and System Administration
- Cybersecurity, Disaster Recovery/Business Continuity Operations
- Hardware/Software integration and migration
- Requirements definition and management, Service Level Management (SLM)
- Process design and management, Business Management
- Application Services and Modernization, Acquisitions and Procurements
- Command Group support, and Incidental construction.
Information Requested
Interested parties are requested to submit a tailored capability statement (limited to 15 pages) addressing the requirements outlined in the Performance Work Statement (PWS). Submissions should demonstrate organizational and staff qualifications, and can cover the entire PWS scope or specific task areas. Additionally, responses are sought on:
- Impact of various contract types (T&M, Labor Hour) on proposal submission and personnel.
- Automation and DevOps capabilities.
- 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 managing subcontractors. Company information, including DUNS, business status, employee count, and revenue history, is also required.
Contract Details (Anticipated)
- Type: Sources Sought (RFI) for a future T&M, ID/IQ, five-year contract.
- Set-Aside: Full and Open (no specific small business goals or set-aside categories established at this time).
- NAICS Code: 541512 with a Small Business Size Standard of $27.5M.
- Place of Performance: Primarily Radford, Virginia, with potential staffing at CONUS and OCONUS locations.
- Anticipated PoP: A 12-month base period (Sept 14, 2027 - Sept 13, 2028) and four 12-month option periods, preceded by a 30-day transition-in period.
Submission Requirements & Deadlines
- Capability Statement Due: March 17, 2026, by 5:00 PM Eastern Standard Time.
- Questions Due: February 12, 2026, by 5:00 PM Eastern Standard Time.
- Submission Method: Electronically via email to Nicole Feddersen (corene.n.feddersen.civ@army.mil) and Marisol Trevino (marisol.m.trevino.civ@army.mil).
- Format: Capability statements limited to 15 pages, 12-point Arial font.
Special Requirements
Personnel will require 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.
Disclaimer
This RFI is for informational purposes only and is not a Request for Proposal (RFP) or solicitation. It does not commit the Government to award a contract.