Sources Sought Notice for Follow-on Information Technology Support Services (ITSS) BPA
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. Department of State's Bureau of Global Acquisitions, on behalf of the Executive Secretariat (S/ES), ExecTech Office, is conducting market research through a Sources Sought Notice to identify qualified 8(a) businesses capable of providing Information Technology Support Services (ITSS). This initiative aims to establish a follow-on Blanket Purchase Agreement (BPA) with an estimated ceiling of $100M - $150M over five years. Responses are due by Noon EST on February 13, 2026.
Purpose & Background
This notice serves as market research to identify experienced 8(a) firms for enterprise-scale, mission-critical ITSS. The current BPA expires in May 2026, and the government intends to compete a new BPA under the 8(a) program. This is not a solicitation for proposals.
Scope of Work / Required Capabilities
The S/ES ExecTech Office requires ITSS to support executive leadership, crisis response, global travel, and continuity-of-government operations in both classified and unclassified environments. Key functional areas include:
- Front Office Operations
- Executive Support Services
- Service Delivery & Engineering
- Cybersecurity, Risk & Mission Operations
Vendors should demonstrate experience in areas such as Ad Hoc Advisory, Special Projects, Quality Control, Customer Engagement, Enterprise Systems Administration, Network Engineering, Security Engineering, Automation, Cloud Engineering, Mission-Critical Application Support, Video Teleconferencing (VTC), and comprehensive Cybersecurity, Risk Management & Compliance.
Contract Details & Set-Aside
- Opportunity Type: Sources Sought / Market Research
- Anticipated Contract Type: Follow-on Blanket Purchase Agreement (BPA)
- Anticipated Duration: Five-year period
- Anticipated Ceiling: $100 Million - $150 Million
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- Place of Performance: Washington, DC
Security Requirements
Offerors must possess an active Top-Secret Facility Clearance Level (FCL) through DCSA, and all personnel assigned to this requirement must maintain up to Top-Secret clearances.
Submission Instructions
Responses are limited to 20 pages and must be submitted in Microsoft Word (.doc/.docx) or PDF format via email to maysjr@state.gov and brownea1@state.gov. Submissions are due by Noon EST on February 13, 2026. Responses must include:
- Company Profile: General business information (including 8(a) graduation date, UEI, CAGE code, socio-economic status, certifications), capability to meet technical requirements, and subcontracting plans.
- Recent/Relevant Experience: History of the firm, specific experience relevant to the required capabilities, brief descriptions of similar projects with references, and operating models/strategies used.
Additional Notes
This notice is for informational and planning purposes only. The government will not pay for any information submitted or costs incurred in response development. Telephone calls or questions regarding this notice will not be entertained.