Low-Code/No-Code (LCNC) Application Ecosystem for Army Logistics and Finance
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 Army Contracting Command – Rock Island (ACC-RI), on behalf of the Program Executive Office (PEO) Enterprise Business Systems – Convergence (EBS-C), has issued a Request for Information (RFI) for a Low-Code/No-Code (LCNC) Application Ecosystem. This RFI seeks industry capabilities to develop, host, integrate, and sustain LCNC applications that will augment the Army's enterprise resource planning (ERP) systems for finance and logistics communities. The input will inform the acquisition approach, technical requirements, and integration strategies for a future Army LCNC ecosystem. Responses are due by February 16, 2026, at 12:00 PM Central Time.
Purpose & Scope
The Army aims to foster innovation and collaboration, encouraging responses from all sources, including commercial, government, traditional, and non-traditional defense contractors. This includes vendors who may not have a fully developed solution but possess the capability and interest to develop tailored applications. The RFI supports modernization goals, particularly for the Common Business Operating Environment (CBOE) and the EBS-C initiative.
Key Information Requested
Vendors are asked to provide information on:
- Company Profile: Including representative, government identification, partnering approach, and certifications.
- Application Type and Data Model: Describing transactional or non-transactional solutions, integration approaches, data integrity, and data sources.
- Domain Expertise: Demonstrating expertise in Army finance and logistics, with specific problem-solving examples.
- Experience with Army's Approved Platforms: Detailing experience with CIO Approved Development Platforms (e.g., Vantage, PowerApps, ServiceNow) and integration with Army enterprise services.
- Agile Development and Deployment Methodology: Describing end-to-end processes, Agile frameworks, and DevSecOps/CI/CD practices.
- Proposing an Alternative (non-APL) Platform: Providing a business case and justification for platforms not on the current Approved Product List (APL).
- Partnering for Rapid Acquisition: Recommending strategies for structuring acquisition processes to foster partnerships.
- Driving Mission Advantage: Highlighting innovative technologies (AI/ML, predictive analytics) and their benefits, along with a future-proofing roadmap.
- Security and Interoperability Standards: Outlining plans for achieving security accreditation (ATO) via the Risk Management Framework (RMF) and aligning with Army enterprise policies.
- Illustrative Cost and Schedule: Providing a Rough Order of Magnitude (ROM) for a hypothetical prototype project and an estimated timeline.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: February 16, 2026, 12:00 PM CT
- Published: February 2, 2026
- Place of Performance: Fort Belvoir, VA
Submission Details
- Method: Email to Jessica Rooks (jessica.b.rooks.civ@army.mil) and Nathan B. Bowers (nathan.b.bowers.civ@army.mil).
- Format: Single Microsoft Word file (.docx), limited to 10 pages, Times New Roman 10pt font, one-inch margins. Proprietary information must be clearly marked.
Important Notes
This RFI is for market research purposes only and does not constitute a solicitation or commitment to issue one. Responses are voluntary, and respondents are responsible for all associated costs. Information received will be safeguarded.