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), is conducting market research through a Request for Information (RFI) for Low-Code/No-Code (LCNC) Application Ecosystem solutions. This initiative seeks industry capabilities to develop, host, integrate, and sustain LCNC applications that will support the Army's finance and logistics communities by augmenting existing enterprise resource planning (ERP) systems. Responses are due by 12:00 PM Central Time, February 16, 2026.
Purpose and Scope
This RFI aims to gather information from industry to inform the acquisition approach, technical requirements, and integration strategies for a future Army LCNC application ecosystem. The Army is interested in fostering innovation and collaboration, encouraging responses from all sources, including commercial, government, traditional, and non-traditional defense contractors, even those without fully developed solutions but with the capability and interest to develop tailored applications. The solutions should align with modernization goals, particularly the Common Business Operating Environment (CBOE) and the EBS-C initiative.
Key Information Requested
Respondents are asked to provide details on:
- Company Profile: Including representative, government identification, partnering approach, and certifications.
- Application Type and Data Model: Describing proposed transactional or non-transactional solutions, integration approaches, data integrity, and sources.
- Domain Expertise: Demonstrating experience in Army finance and logistics.
- Experience with Army's Approved Platforms: Detailing experience with platforms like Vantage, PowerApps, ServiceNow, and integration with Army enterprise services.
- Agile Development and Deployment: Describing methodologies, Agile frameworks, and DevSecOps/CI/CD practices.
- Alternative Platform Proposals: Business case and justification for non-Approved Product List (APL) platforms.
- Partnering for Rapid Acquisition: Strategies for agile contracting and expanding the industrial base.
- Driving Mission Advantage: Innovative technologies (AI/ML, predictive analytics) and their benefits, including future-proofing and user-centric development.
- Security and Interoperability: Plans for security accreditation (ATO via RMF) and alignment with Army policies (LCNC Guidance, UDRA).
- Illustrative Cost and Schedule: Rough Order of Magnitude (ROM) for a prototype project (e.g., Unliquidated Obligations tracking) and estimated timeline.
Contract & Timeline
- Opportunity Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None specified
- Response Deadline: 12:00 PM Central Time, February 16, 2026
- Published Date: February 10, 2026
- Product Service Code: DA10 (Support Services, SaaS/Subscription for Application Development)
- Place of Performance: Fort Belvoir, VA
Submission Details
Responses must be submitted via email to Jessica Rooks (jessica.b.rooks.civ@army.mil) and Nathan B. Bowers (nathan.b.bowers.civ@army.mil). Submissions should be a single Microsoft Word file (.docx), limited to 10 pages, using Times New Roman 10pt font with 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 a commitment to issue one. Responses are voluntary, and respondents are responsible for all associated costs. Information received will be safeguarded.