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 its Digital Business Directorate (DBD). This market research aims to identify qualified firms capable of providing comprehensive enterprise-wide IT support, including a significant transition to Microsoft Azure (Flank Speed) cloud services. Responses are due by February 20, 2026, 4:00 p.m. EST.
Scope of Work
The requirement is for comprehensive, enterprise-wide IT support services for NCIS headquarters in Quantico, VA, and its global field offices. Key services include project management, engineering, software development and maintenance, data management, systems analysis and integration, cybersecurity, daily operations, and Service Desk support. A primary focus is supporting the five-year 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 this transition period. Support extends to the IT Common Services Unit (ITCSU), IT Special Projects, Command Data Office, Cyber Security, Enterprise Technologies, and Enterprise Operations.
Key Requirements & Context
Contractor personnel must possess a Top Secret (TS) Clearance, eligible for Sensitive Compartmented Information (SCI) read-on and access. The anticipated contract period is 60 months (12-month base + four 12-month option periods). The anticipated NAICS code is 541512 (Computer Systems Design Services), and the PSC is DA01. The government has provided a draft Performance Work Statement (PWS) for industry feedback.
Response Requirements
Interested firms should submit an executive summary/capability statement (not exceeding five typewritten pages, 12-point font) and provide feedback on the draft PWS. Specific questions to address include:
- Adequacy of the PWS for proposal development.
- Estimated FTEs required.
- Example staffing model for the 5-year cloud transition.
- Pain points and mitigation strategies for cloud transition while maintaining on-premises services.
- Summaries of three similar successful government contracts.
- Typical deliverables for cloud migration projects.
- Available contract vehicles (for market research).
- Rough Order of Magnitude (ROM) or General Pricing Structure (for market research).
Important Notes
This is NOT a solicitation or Request for Proposal (RFP) and does not guarantee a future acquisition. The government will not reimburse costs for preparing responses. Information gathered will be used for market research and to refine the final PWS and/or RFP.
Relevant Documents
- Appendix D: Position Descriptions and Personnel Qualifications: Details required roles, LCAT descriptions, qualifications, and security clearances (e.g., TS/SCI).
- Appendix B: ITCSU Software and Technologies: Outlines the existing and planned IT environment, including hardware (Cisco, Palo Alto), software (Trellix, Microsoft, VMware), and supported technologies (SDN, SDA, IBN).