REQUEST FOR INFORMATION Program Executive Office Command Control Communications-Tactical C3T Product Lead Allied Information Technology (PL AIT) for the Program Management Office Support (PMOS) Systems Engineering and Technical Assistance
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 U.S. Army Program Executive Office Command, Control, Communications and Network, International IT Systems (IITS), specifically Product Lead Allied Information Technology (PL AIT), is conducting a Request for Information (RFI) for non-personal Systems Engineering and Technical Assistance (SETA) services. This RFI seeks to identify capabilities for providing comprehensive Program Management Office Support (PMOS) for PL AIT's portfolio of international Command, Control, Computers, Communications, Cyber, and Intelligence (C5I) programs. This opportunity is designated as an 8(a) Set-Aside. Responses were due on February 27, 2006.
Scope of Work
The required services encompass integrated executive management, business operations, and Foreign Military Sales (FMS) case management across the full lifecycle. Key functional areas include program and project management, systems engineering, cybersecurity technical support, integrated logistics planning, acquisition and procurement analysis, and financial management. The contractor will support global C5I capability delivery to qualified partner nations across all six Geographic Combatant Commands (GCCs), adhering to DoD, Army, Joint, and Allied policies. Support also includes pre-Letter of Request (LOR) activities, FMS case development, execution, reconciliation, and closure. Additional services outlined in the Performance Work Statement (PWS) include interpreter/translator support, official travel coordination, business intelligence, knowledge management, technical support, digital media development, and Embedded Engineer Support (EES) in various host nations.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- Response Due: February 27, 2006
- Published: January 28, 2026 (Note: This RFI's published date is in the future, while the response date is in the past, indicating a potential data anomaly.)
- Period of Performance (Anticipated): Base period of twelve (12) months, followed by three (3) additional twelve (12) month ordering periods.
- Place of Performance: Contractor facilities (offsite), PL AIT Headquarters (Fort Belvoir, VA), Tampa/Miami (FL), Honolulu (HI), Stuttgart (Germany), and various Outside the Continental United States (OCONUS) locations, including austere environments.
Special Requirements
This is for non-personal services, meaning the government will not supervise contractor employees. Contractors must monitor and report potential Organizational Conflicts of Interest (OCI) and submit an OCI Plan. A minimum Secret security clearance is required, with some positions needing Top Secret/SCI. Worldwide travel is mandatory, including OCONUS and austere locations. Key personnel include a Program Manager and Senior Systems Engineer. Compliance with Arms Export Control Act (AECA), FAR, and ITAR is essential.
Additional Notes
This notice is for market research and planning purposes only and does not constitute a solicitation or guarantee a future award. Primary Contact: tyesha mccottry (tyesha.m.mccottry.civ@army.mil).