Request for Information - ITSS Recompete - Enterprise IT - Market Research
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 the Army is conducting market research through a Request for Information (RFI) for the Information Technology Support Services (ITSS) Recompete. This effort aims to consolidate two existing IT support contracts into a single, enterprise-level award for the Army Test and Evaluation Command (ATEC). The consolidated contract will integrate the White Sands Missile Range (WSMR) Information Systems Operations Service Support (ISOSS) mission into the ATEC Enterprise, supporting ATEC Headquarters (HQ) and four Subordinate Organizations. The Government anticipates a single, seven-year contract vehicle. Responses are due May 21, 2026, at 12:00 PM ET.
Scope of Work
The RFI seeks industry feedback on providing comprehensive non-personal IT, IT logistics, and cybersecurity support services. Key capabilities include:
- Enterprise IT & Customer Support: Tier 1-3 Help Desk, VIP support, VTC/SVTC.
- Cybersecurity & Information Assurance: Continuous RMF authorization, eMASS, vulnerability scanning, endpoint security.
- Network & Data Center Operations: Systems administration, server farm management, physical infrastructure, ensuring 99.9% network availability across various networks (NIPRNET, SIPRNET, DREN, SDREN, etc.).
- Software Development & Modernization: Agile/DevSecOps, CI/CD pipeline, commercial cloud integration, database administration.
- IT Logistics & Property Accountability: Warehouse operations, receiving, Government Furnished Property (GFP) accountability.
- Specialized Mission Support: IT support for geographically dispersed systems (e.g., Law Enforcement/Fire 911/CAD, GIS, meteorological, tactical engineering). Performance will occur at ATEC HQs (APG, MD), ATC (APG, MD), OEC (Fort Hood, TX and APG, MD), and WSMR (White Sands Missile Range, NM), with potential support at other locations.
Contract Details
- Type: Request for Information (RFI) for market research.
- Anticipated Contract Type: Single award.
- Anticipated Period of Performance: Seven (7) years (2-year base + 5 one-year options).
- Current Contracts for Consolidation: W91CRB-22-D-0002 (ATEC HQ/ATC/OEC, Hybrid FFP/T&M, $86M/5 years) and W91151-209-D-0009 (WSMR ISOSS, FFP, $39M/5 years).
- Estimated Users: Approximately 4,500 users across ATEC HQ, ATC, OEC (APG & Fort Hood), and WSMR.
- Set-Aside: Not specified; the government is evaluating NAICS code 518210 ($40M size standard) and requests industry feedback on alternate NAICS codes, CMMC level, FedRAMP certification, and specific small business categories (SB, 8(a), SDB, WOSB, HUBZone, VOSB, SDVOSB).
- Security Requirements: Access up to TOP SECRET classified information may be required, necessitating a Top Secret facility clearance and appropriate personnel investigations.
Submission & Feedback
- Submission Deadline: May 21, 2026, 12:00 PM ET.
- Submission Format: Written company profiles and descriptive literature.
- Contact Information: Primary: Esther Casari (esther.casari.civ@army.mil); Secondary: Dennis Beauclair, Jr. (dennis.a.beauclair3.civ@army.mil).
- Inquiries: Must be submitted in writing.
Additional Notes
This RFI is for planning purposes only and is not a solicitation. No contract will be awarded from this notice, and costs incurred by respondents are not reimbursable. A draft Performance Work Statement (PWS) is attached to the RFI. Provisions and Clauses will be updated according to the latest Revolutionary FAR Overhaul (RFO).