IT Contract Modernization and Alignment Initiative - Potential Consolidation/Bundling
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, ACQUISITIONS - AQM MOMENTUM, is conducting market research for an IT Contract Modernization and Alignment Initiative to assess the potential consolidation or bundling of requirements into three distinct Lots (A, B, C). This Sources Sought notice seeks information from interested vendors, particularly small businesses, regarding their capability to perform these requirements as prime contractors and recommendations on acquisition structures. Responses are due by March 9, 2026, at 3:00 PM ET.
Purpose & Background
This notice is for market research (FAR Part 10) to inform acquisition planning, including potential consolidation/bundling (FAR 7.107). The Government aims to determine small business capability to perform each Lot as a prime, identify feasible alternatives to consolidation that expand small business participation, and assess impacts of various acquisition structures (single award, multiple awards, set-asides). This is not a solicitation, and no contract will be awarded from this notice.
Scope of Work
The potential acquisition involves three consolidated requirements:
- Lot A: Front Office Contract Operations Support (DS/EX/CTO FO SOW) – Enterprise services for IT and data priorities, including information security, data and analytics, technology business strategy, and program oversight. Requires TOP SECRET/SECRET clearances.
- Lot B: Mission Technology Solutions (MTS) Contract Operations Support (DS/EX/CTO MTS SOW) – Secure, innovative IT software systems solutions, including Development, Modernization, and Enhancement (DME) services, project management, DevSecOps, cloud integration, and technology modernization. Requires TOP SECRET/SECRET clearances.
- Lot C: Integrated Technology and Operations Division (ITOD) Contract Operations Support (DS/EX/CTO ITOD SOW) – Unifying engineering, technology advancement, and operational support, including operations service support (deskside, service desk), operational network services, enterprise application services, and network engineering. Requires TOP SECRET/SECRET clearances.
Information Requested
Respondents should provide:
- Company Profile: Name, UEI, CAGE, business size under recommended NAICS, socioeconomic status, primary capabilities.
- Capability to Perform Each Lot (Prime): Ability to perform each Lot (A, B, C) as a prime, including capacity, staffing, surge capability, and geographic support. Also, ability to perform multiple Lots concurrently.
- Relevant Experience: Up to five examples of similar work within the last 3-5 years.
- Compliance / Security / Technical Constraints: Relevant certifications (ISO, CMMI, FedRAMP, NIST), security posture, and clearance capabilities.
- 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: Contract vehicles held that could support the requirement.
NAICS and Size Standard are TBD; respondents are requested to recommend appropriate NAICS codes for each Lot.
Contract & Timeline
- Opportunity Type: Sources Sought
- Set-Aside: None specified (market research for small business capability)
- Response Due: March 9, 2026, at 3:00 PM ET
- Published Date: February 27, 2026 (Update)
- Place of Performance: Primarily Washington, D.C. metropolitan area (Arlington, VA), with potential for other domestic/international locations or contractor facilities.
Additional Notes
Responses should be a maximum of 20 pages (excluding cover page and attachments) in PDF format. An optional Vendor Response Template (Attachment 1) is provided. Responses should be emailed to Sara Marron (marronsm2@state.gov) and Lily Fangio (fangios@state.gov), including the Notice ID (19AQMM26N0126) in the subject line. The Government may request additional information or conduct follow-up exchanges. No proprietary, classified, or sensitive information should be included.