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) to identify industry capabilities for developing, hosting, integrating, and sustaining Low-Code/No-Code (LCNC) applications. These applications will augment the Army's enterprise resource planning (ERP) systems, supporting the Army's finance and logistics communities. Responses are due by 12:00 PM Central Time, February 18, 2026.
Purpose & Overview
This RFI seeks information from all sources, including commercial, government, traditional, and non-traditional defense contractors, to inform the acquisition approach, technical requirements, and integration strategies for a future Army LCNC application ecosystem. The Army aims to foster innovation and collaboration, aligning solutions with modernization goals, particularly in support of the Common Business Operating Environment (CBOE) and the EBS-C initiative. Vendors without fully developed solutions but with the capability and willingness to develop tailored applications are encouraged to respond.
Key Information Requested
Vendors are asked to provide information on:
- Company Profile: Including government identification, partnering approach, and certifications.
- Application Type and Data Model: Describing proposed solutions as transactional or non-transactional, with technical approaches to integration, data integrity, and data sources.
- Domain Expertise: Demonstrating expertise in Army finance and logistics, including 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.
- Driving Mission Advantage: Highlighting innovative technologies (AI/ML, predictive analytics) and their tangible benefits.
- Security and Interoperability Standards: Outlining plans for achieving security accreditation (ATO) via 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
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Product/Service Code: DA10 (Support Services, Delivered As A Service Contract)
- Set-Aside: None specified
- Response Due: 12:00 PM Central Time, February 18, 2026
- Published Date: February 10, 2026
- Place of Performance: Fort Belvoir, VA
Submission Details
- Submission 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. Font: Times New Roman, 10pt minimum, 1-inch margin. 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.