Product Lead Logistics Information Systems (PL LIS) Radio Frequency-In-Transit Visibility (RF-ITV) Post-Production Sustainment Support
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), operating under ACC-APG, is conducting a Sources Sought/Request for Information (RFI) to identify market capabilities for Product Lead Logistics Information Systems (PL LIS) Radio Frequency-In-Transit Visibility (RF-ITV) Post-Production Sustainment Support. This RFI is for market research purposes only and is not a solicitation. Responses are due by April 7, 2026, 1700 Central Standard Time.
Scope of Work
The RF-ITV program provides global in-transit visibility for asset identification, movement, and tracking for the Department of War. The required sustainment support includes:
- Maintaining global active radio frequency identification (aRFID) equipment.
- Supporting 24/7 operations for RF-ITV Production, COOP, Trainer, and Development/Test Environments, encompassing cybersecurity, engineering, and system administration for hardware and software.
- Providing a 24/7 service desk for both RF-ITV and TC AIMS systems.
- Program management and agile software development for servers, portals, and applications.
- Specific PWS details include: RF-ITV Infrastructure Services (CONUS/OCONUS), Software O&M, RFID Tools and Reporting, PL LIS Service Desk, Support Projects, Program/Project Management, Cybersecurity (Sustainment), TC-LIS II Functional Specialist Support, Customer Training, and Transition activities.
Period & Place of Performance
- Period of Performance: Base Period (Date of Award through 12 Months) with four 12-month Option Periods and a potential 6-month extension.
- Place of Performance: Primarily at Fort Belvoir, VA, with additional work at various COCOM installed sites globally.
Submission Requirements
Interested parties must submit responses in Microsoft Word, Microsoft Excel, or Adobe Acrobat, limited to 5 pages with Arial font (12 pt or greater). Responses should include:
- Company Name (including previous names), Address, Primary Point of Contact, Phone Number.
- Company Unique Entity ID (UEI) and CAGE code.
- Company ownership (public, private, joint venture) and Business Classification/Socio-Economic Status (e.g., large, small, 8(a), women owned, hub-zone, SDB, Service-Disabled Veteran Owned) for NAICS Code: 541519.
- Positive assertion of SAM.gov registration.
- Brief overview of Products and Services, sales information (commercial/government), and relevant experience.
Contract & Timeline
- Type: Sources Sought/Request for Information (RFI)
- Set-Aside: None specified (market research to determine potential set-asides)
- Response Due: April 7, 2026, 1700 Central Standard Time
- Published: April 2, 2026
Additional Notes
This notice does not obligate the government to award a contract or pay for response preparation expenses. Proprietary information should be clearly marked.