Information Technology Support Services (ITSS)
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 State (DoS), Bureau of Global Acquisitions on behalf of the Executive Secretariat (S/ES), ExecTech Office, is conducting market research through a Sources Sought notice to identify qualified HubZone, WOSB, or SDVOSB businesses capable of providing Information Technology Support Services (ITSS). This is not a solicitation but aims to inform a future Blanket Purchase Agreement (BPA). Responses are due by Noon EST on April 29, 2026.
Scope of Work
The government requires enterprise-scale, mission-critical ITSS to support executive leadership, crisis response, global travel, and continuity-of-government operations across classified and unclassified environments. Key functional areas include:
- Front Office Operations
- Executive Support Services
- Service Delivery & Engineering
- Cybersecurity, Risk & Mission Operations Specific capabilities sought encompass Ad Hoc Advisory, Special Projects, Quality Control, Customer Engagement, Enterprise Systems Administration, Network Engineering, Security Engineering, Automation, Cloud Engineering, Mission-Critical Application Support, Video Teleconferencing (VTC), and Cybersecurity, Risk Management & Compliance.
Contract & Timeline
- Type: Sources Sought (Market Research for future BPA)
- Anticipated Contract Type: Single Blanket Purchase Agreement (BPA)
- Anticipated Ceiling: $100 million to $150 million
- Anticipated Duration: Five (5) years (one base year and four option years)
- Set-Aside: Specifically seeking HubZone, WOSB, or SDVOSB businesses. The future BPA will be competed under one of these socioeconomic factors.
- Response Due: April 29, 2026, Noon EST
- Published: April 15, 2026
Eligibility & Submission
This notice targets HubZone, WOSB, or SDVOSB businesses. Offerors must possess an active Top-Secret Facility Clearance Level (FCL) from DCSA due to access to classified information. Submissions should be a maximum of 20 pages and must include a Company Profile and Recent/Relevant Experience, providing tangible evidence of capability.
Additional Notes
This is for market research only; it is not an Invitation for Bid, Request for Quotation, or Request for Proposal. No telephone calls or questions will be entertained, and the government will not pay for information submitted. A decision not to submit a response will not preclude future participation.