TOTAL ENGINEERING AND INTEGRATION SERVICES (TEIS) IV On-Ramp Opportunity
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 Department of the Army, specifically the United States Army Information Systems Engineering Command (USAISEC), is conducting a Sources Sought market research effort for an "on-ramp" opportunity to its TOTAL ENGINEERING AND INTEGRATION SERVICES (TEIS) IV contract. This RFI aims to identify new sources, including small and large businesses, capable of providing comprehensive information systems engineering and IT support services worldwide. Responses are due by April 30, 2028.
Purpose & Scope
This RFI is for market research to plan an on-ramp of new contractors to the TEIS IV contract during its option period. The objective is to introduce new technologies and capabilities and increase small business participation. The services required encompass full life-cycle support for USAISEC projects, including planning, design, development, engineering, implementation, procurement, logistics, evaluation, test, sustainment, and systems retirement for information and communication systems. Support is required worldwide, including sustained, secure locations, as well as challenging, remote, and potentially hostile environments with little to no infrastructure. Work may involve highly secure facilities and require the highest level clearances. Contractors must be capable of managing multiple, concurrent global projects and responding quickly to urgent requests.
Contract Details & Requirements
- Anticipated Period of Performance: December 1, 2026 – November 30, 2031
- Total Estimated Value: $400 Million
- Anticipated Task Order Types: Firm-Fixed-Price (FFP) and Cost-Plus-Fixed-Fee (CPFF)
- Security: A Top Secret Facility Clearance Level (FCL) with Secret safeguarding authorization is required. Many personnel roles will require active security clearances from Secret to Top Secret with SCI access.
- Logistics: Comprehensive logistics, provisioning, and secure handling support are necessary.
- Key Attributes: Flexibility, proactive communication, and adaptability to dynamic environments are crucial.
Submission Requirements
- Capabilities Statement: Maximum 10 pages, identifying business size, socioeconomic eligibility, CAGE Code, UEI, and ability to meet PWS requirements.
- Statement of Interest: Indicate role as Prime, Subcontractor, or Joint Venture, or provide feedback if declining to compete.
- Prime Contractor Specifics: Prospective Prime Contractors must provide a Prime Contractor Capability Statement (max 5 pages) and a Work Share Distribution Plan.
- CDRLs: Several Contract Data Requirements Lists (CDRLs) are attached, outlining requirements for Monthly Progress Reports, In-Progress Reviews, Invoice Reference Spreadsheets, Quality Control Plans, Safety Program Plans, and Contractor Operations Security Plans.
Set-Aside & Eligibility
This opportunity is designated as a Partial Small Business Set-Aside (FAR 19.5). The RFI specifically seeks industry feedback on strategies for setting aside portions of the work for small businesses. Businesses of all sizes are encouraged to respond. The primary NAICS code is 541512, Computer Systems Design Services.
Key Dates & Contacts
- Questions Due: April 8, 2026, 8:00 am MST
- Responses Due: April 30, 2028, 8:00 am MST
- Primary Contact: Angela M. Taylor, angela.m.taylor149.civ@army.mil, 520-941-9545
- Secondary Contact: Adelina J. Kostur, adelina.j.kostur.civ@army.mil, 520-533-1477