RFI/SSN for NCIS DBD IT Support Services (ITSS)
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 Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk, on behalf of the Naval Criminal Investigative Service (NCIS), has issued a Request for Information (RFI)/Sources Sought (SS) for IT Support Services for the NCIS Digital Business Directorate (DBD). This market research aims to identify qualified firms capable of providing comprehensive IT support, including a significant focus on cloud transition. Responses are due by February 20, 2026.
Opportunity Details
NCIS requires enterprise-wide IT support services for its headquarters and global field offices. The scope encompasses project management, engineering, software development, data management, systems analysis and integration, cybersecurity, daily operations, and Service Desk support. A critical component of this requirement is supporting the transition of NCIS business services and mission systems to a Department of the Navy (DON) established virtual private cloud (VPC) on Microsoft Azure (Flank Speed), while simultaneously maintaining on-premises services during the five-year transition period. The anticipated period of performance is 60 months (one 12-month base period and four 12-month option periods), with primary performance at NCIS Headquarters in Quantico, VA.
Key Requirements & Environment
The draft Performance Work Statement (PWS) outlines the need for personnel with specific qualifications and Top Secret (TS) clearance, eligible for Sensitive Compartmented Information (SCI) read-on and access. Required roles include Budget Comptroller, Data Engineer, Data Scientist, Project Manager, Cybersecurity Analyst, and System Administrator. The current IT environment, detailed in Appendix B, includes a robust infrastructure utilizing Cisco UCS Servers, Catalyst switches, Secure Firewalls, Palo Alto, Juniper, Identity Services Engine (ISE), Nexus switches, and various Microsoft and VMware technologies, with a strategic move towards Software-Defined Networking (SDN), Software-Defined Access (SDA), and Intent-Based Networking (IBN).
Response Instructions
Interested firms are invited to submit an executive summary/capability statement (not exceeding five typewritten pages, 12 font) along with industry feedback to the draft PWS. Responses should address eight specific questions covering technical description clarity, estimated FTEs, staffing models for cloud transition, pain points in cloud migration, examples of similar past government contracts, typical cloud migration deliverables, available contract vehicles, and Rough Order of Magnitude (ROM) pricing. Submissions must include company details (name, address, POC, phone, email), DUNS, CAGE Code, business size, SAM registration status, and SeaPort-NXG contract number.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought (SS)
- NAICS: 541512 (Computer Systems Design Services)
- PSC: DA01 (Application Development and Support Services)
- Set-Aside: None specified (market research)
- Response Due: February 20, 2026, 4:00 p.m. EST
- Published: February 17, 2026
- Contact: Jacob Segal, jacob.a.segal.civ@us.navy.mil
This is for market research only and does not constitute a Request for Proposal (RFP). The government will not award a contract based solely on this notice.