Request for Information - Mercury
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 National Geospatial-Intelligence Agency (NGA) has issued a Request for Information (RFI) for "Mercury", seeking industry capabilities for sustainment and modernization services for existing and emerging analytic systems within the PEO Advanced Analytics – Analytic Technology (PAT) office. This RFI aims to identify potential acquisition constructs and support unanticipated mission needs. Responses are due April 2, 2026.
Scope of Work
The "Mercury" requirement will serve as the primary sustainment services provider for PAT, encompassing end-to-end operations and lifecycle management of NGA's mission-critical and mission-essential software systems, applications, and databases. Key service areas include:
- Systems Engineering and Integration: Lifecycle management, requirements analysis, architecture development, and integration.
- Software Development: Creating new capabilities, integrating sensor data, and transitioning systems.
- Software Maintenance: Corrective, adaptive, preventive, and perfective maintenance.
- Operations Support: System, database, and content administration, plus Help Desk support.
- Technical Support Services: Configuration management, technical writing, and training development.
- Security Engineering: Cybersecurity engineering and operations, ensuring compliance.
- Ad-hoc Engineering: Providing specific engineering solutions as needed.
Contract & Timeline
- Type: Request for Information (Special Notice)
- Anticipated Contract Vehicle: Flexible, potentially a single contract or an Indefinite Delivery, Indefinite Quantity (IDIQ) with one or multiple vendors.
- Anticipated Period of Performance: Minimum of five years, with potential for longer.
- Set-Aside: None specified (market research stage, RFI includes questions on small business status).
- Response Due: April 2, 2026, 12:00 PM ET
- Published: March 12, 2026
Submission & Evaluation
Respondents are requested to submit a white paper (Microsoft Word format, max 15 pages). Responses may contain UNCLASSIFIED and CLASSIFIED information, requiring portion marking. Input may be reviewed by NGA non-Government consultants under NDA. This RFI is for information and planning purposes only and does not constitute a Request for Proposal or a commitment to contract.
Special Requirements
Contractor personnel will require appropriate security clearances (TS/SCI with CI polygraph for classified work). Performance locations include Government facilities (NGA Washington or NGA St. Louis) and Contractor Facilities.