IT Contract Modernization and Alignment Initiative - Potential Consolidation/Bundling

SOL #: 19AQMM26N0126Sources Sought

Overview

Buyer

State
State, Department Of
ACQUISITIONS - AQM MOMENTUM
WASHINGTON, DC, 20520, United States

Place of Performance

Arlington, VA

NAICS

No NAICS code specified

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Feb 23, 2026
2
Last Updated
Feb 27, 2026
3
Response Deadline
Mar 6, 2026, 8:00 PM

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, ACQUISITIONS - AQM MOMENTUM, has issued a Sources Sought notice for the IT Contract Modernization and Alignment Initiative - Potential Consolidation/Bundling. This is a market research effort to inform acquisition planning, including the potential consolidation of existing or anticipated requirements into three distinct Lots (A, B, C). The government seeks information from interested vendors, particularly small businesses, regarding their capability to perform these requirements as prime contractors and recommendations on acquisition structures that promote competition and small business participation. Responses are due by March 6, 2026, at 3:00 PM ET.

Scope of Work

The initiative assesses a potential acquisition approach that may consolidate requirements into three Lots:

  • Lot A: Front Office Contract Operations Support (DS/EX/CTO FO) — Focuses on enterprise services for governance, collaboration, and modernization, including information security, data and analytics, technology business strategy, and program oversight. Requires TOP SECRET or SECRET clearances.
  • Lot B: Mission Technology Solutions (MTS) Contract Operations Support (DS/EX/CTO MTS) — Aims to deliver secure, innovative, and reliable IT software systems solutions, encompassing Development, Modernization, and Enhancement (DME) services, project management, DevSecOps, CI/CD, and cloud integration. Requires TOP SECRET or SECRET clearances.
  • Lot C: Integrated Technology and Operations Division (ITOD) Contract Operations Support (DS/EX/CTO ITOD) — Supports unifying engineering, technology advancement, and operational support, covering operations service support, enterprise application services, network engineering, and operational program management. Requires TOP SECRET or SECRET clearances.

NAICS codes and size standards are TBD, and respondents are requested to recommend appropriate NAICS codes for each Lot.

Information Requested

Respondents should provide a maximum 10-page response (excluding cover page/attachments) addressing:

  • Company Profile: Name, UEI, CAGE, business size under recommended NAICS, socioeconomic status, and primary capabilities.
  • Capability to Perform Each Lot (Prime): Ability to perform each Lot (A, B, C) as a prime contractor, including capacity, surge capability, and ability to scale. Also, capability to perform multiple Lots concurrently.
  • Relevant Experience: Up to three examples of similar work within the last 3-5 years.
  • Compliance / Security / Technical Constraints: Relevant certifications (e.g., ISO, CMMI, ITIL, FedRAMP, NIST) and security posture (clearances, facilities, cleared staffing).
  • Contracting: Preferred contract types (FFP/LH/T&M/Hybrid) and high-level thoughts on transition risk.
  • Bundling / Consolidation Feedback: Benefits, risks, and recommended alternative acquisition structures to increase competition and small business participation.
  • Existing Vehicles: Identification of current contract vehicles that could support the requirement.

Contract & Timeline

  • Opportunity Type: Sources Sought (Market Research)
  • Set-Aside: None specified (market research stage, but small business capability is a key focus)
  • Response Due Date: March 6, 2026, 3:00 PM ET
  • Published Date: February 23, 2026
  • Submission: Email responses to Sara Marron (marronsm2@state.gov) and Lily Fangio (fangios@state.gov), including Notice ID 19AQMM26N0126 in the subject line.

Additional Notes

This is for informational purposes only and does not constitute a solicitation. No contract will be awarded from this notice, and the government will not reimburse costs for response preparation. Responses will be used to refine the acquisition strategy and determine small business participation feasibility. The government may request additional information or conduct follow-up exchanges.

People

Points of Contact

Sara MarronPRIMARY
Lily FangioSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Sources Sought
Posted: Feb 27, 2026
View
Version 1Viewing
Sources Sought
Posted: Feb 23, 2026
IT Contract Modernization and Alignment Initiative - Potential Consolidation/Bundling | GovScope