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, Army Test and Evaluation Command (ATEC), is conducting market research through this Request for Information (RFI) for the enterprise-level consolidation of Information Technology Support Services (ITSS). This effort aims to integrate the White Sands Missile Range (WSMR) ISOSS mission into ATEC's enterprise footprint, resulting in a single, seven-year contract vehicle. Responses are due by May 21, 2026, 12:00 PM ET.
Purpose & Scope
This RFI is for market research to gather industry feedback and refine the acquisition strategy for consolidating two existing IT support contracts. The consolidated effort will support ATEC Headquarters (HQ) and four Subordinate Organizations (SOs), including WSMR. The scope includes comprehensive IT, IT logistics, and cybersecurity support across multiple CONUS locations, serving an estimated user base of approximately 4,500 across ATEC HQ/OEC, ATC, and WSMR. Supported networks include NIPR, SIPR, DREN, SDREN, WISPR, TSN, and FBRNet.
Key Requirements
The RFI outlines "Core Capabilities" for the consolidated ITSS, including:
- Enterprise IT & Customer Support: Tier 1-3 Help Desk, VIP support, VTC/SVTC.
- Cybersecurity & Information Assurance: RMF, eMASS, vulnerability scanning, endpoint security.
- Network & Data Center Operations: Systems administration, server management, 99.9% network availability.
- Software Development & Modernization: Agile/DevSecOps, CI/CD, cloud integration.
- IT Logistics & Property Accountability: Warehouse operations, GFP accountability.
- Specialized Mission Support: IT support for geographically dispersed systems (e.g., 911/CAD, GIS, meteorological tracking).
Contract Details
- Anticipated Contract Type: Single award.
- Anticipated Period of Performance: Seven (7) years (2-year base + 5 one-year options).
- Consolidation: Integrates the WSMR ISOSS mission into the ATEC Enterprise. Current contracts under consideration for consolidation include a Small Business award (W91CRB-22-D-0002, $86M) for HQ/ATC/OEC and an Unrestricted award (W91151-209-D-0009, $39M) for WSMR.
Submission & Evaluation
This is NOT a solicitation; no contract will be awarded from this notice. Interested parties should submit company profiles and descriptive literature in writing to the Contracting Officer (Esther Casari) and Contract Specialist (Dennis Beauclair, Jr.). The RFI requests feedback on specific questions related to technological agility, cybersecurity, software development, recruitment, SLAs, and IT logistics.
Eligibility / Set-Aside
The government is evaluating the most appropriate NAICS code, currently considering 518210 (Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services - Size Standard $40M), but is open to recommendations. Respondents are asked to identify their company's business size standard (SB, 8(a), SDB, WOSB, HUBZone, VOSB, SDVOSB).
Additional Notes
A draft Performance Work Statement (PWS) is provided as Attachment 1. Provisions and Clauses will be updated according to the latest updates in the Revolutionary FAR Overhaul (RFO). Telephonic inquiries will not be entertained.