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 conducting market research through a 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 future requirements. Responses are due March 17, 2026, by 5:00 PM Eastern Standard Time.
Scope of Work
PL ALTESS, an IT managed service provider for the Army, requires comprehensive IT services. This includes IT Service Operations and Delivery, Data Center Operations, Network and System Administration, Cybersecurity, Disaster Recovery/Business Continuity, Application Services and Modernization, Acquisitions, and Command Group support. Services are provided across Army Enterprise Data Centers (AEDCs) and commercial cloud environments, with performance primarily at Radford, VA, and potential CONUS/OCONUS locations.
Key Information Requested
Respondents must submit a tailored capability statement (limited to 15 pages, inclusive of all content) addressing the attached Performance Work Statement (PWS) requirements, organizational capabilities, and personnel qualifications. Specific responses are requested on:
- Impact of Time and Materials (T&M) or Labor Hour contract types.
- Recommended contract types for labor-intensive IT services.
- 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, is also required.
Contract & Timeline
- Opportunity Type: Sources Sought (RFI)
- Anticipated Contract Type: Time and Materials (T&M), Indefinite Delivery/Indefinite Quantity (ID/IQ), five-year contract.
- Period of Performance: A 12-month base period (September 14, 2027 – September 13, 2028) and four 12-month option periods, including a 30-day transition-in period.
- Estimated Level of Effort: 163 Full-Time Equivalents (FTEs).
- NAICS Code: 541512 ($27.5M Small Business Size Standard).
- Set-Aside: None specified; the acquisition strategy is not finalized.
- RFI Questions Due: February 12, 2026, 5:00 PM EST.
- RFI Responses Due: March 17, 2026, 5:00 PM EST.
- Published Date: February 25, 2026.
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. US citizenship is required for some roles. The 30-day transition period is acknowledged as potentially aggressive.
Additional Notes
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. No feedback or evaluations will be provided on submissions. Potential offerors are responsible for monitoring the Government-wide Point of Entry (GPE) for any future updates or formal solicitations.