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), has issued a Sources Sought / Request for Information (RFI) for Information Technology (IT) Services and Support. This RFI seeks industry capabilities to inform future acquisition planning for comprehensive IT services. Responses are due March 17, 2026, by 5:00 PM EST.
Purpose & Scope
PL ALTESS, an IT managed service provider for the Army, is gathering information for a tentative requirement covering a broad range of IT services. The scope 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. The primary place of performance is Radford, VA, with potential CONUS/OCONUS locations. The estimated Level of Effort (LOE) is 163 Full-Time Equivalents (FTEs).
Key Information Requested
Respondents are asked to submit a comprehensive Capability Statement (limited to 15 pages, including all content) addressing requirements outlined in the Performance Work Statement (PWS). This includes details on organizational capabilities, personnel qualifications, subcontracting/teaming arrangements, past performance, task management, technical skills, ability to perform at least 50% of the tasking, business status, DevOps capabilities, contract flexibility, labor rates, surge capacity, and experience with security clearance processes and subcontractor management.
Contract Details (Anticipated)
This RFI is for market research purposes and does not guarantee a solicitation. The government is exploring various acquisition strategies, including Time and Materials (T&M), Labor Hour, and Firm-Fixed-Price (FFP), or hybrid approaches for a potential five-year Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. The PWS indicates a base period from September 14, 2027, to September 13, 2028. The NAICS code is 541512 with a Small Business Size Standard of $27.5M. The acquisition strategy is currently full and open, with no specific set-aside established.
Special Requirements
Personnel will require a minimum interim or final DoD security clearance, and the prime contractor must possess or be able to obtain a Secret Facility Clearance. US citizenship is preferred, but qualified personnel with valid work visas may be considered. Compliance with DoD 8140 requirements for cybersecurity workforce is mandatory. The PWS identifies 14 Key Personnel positions.
Submission & Deadlines
Capability statements must be submitted electronically via email to Nicole Feddersen (corene.n.feddersen.civ@army.mil) and Marisol Trevino (marisol.m.trevino.civ@army.mil) by March 17, 2026, at 5:00 PM Eastern Standard Time. No phone calls will be accepted, and no feedback will be provided on submissions. Offerors are responsible for monitoring the Government-wide Point of Entry (GPE) for any future updates or formal solicitations.