Information Technology (IT) Services and Support
ID: W519TC-25-R-ITSSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA
Timeline
    Description

    The Department of Defense, through the Army Contracting Command – Rock Island, is seeking information from industry sources regarding capabilities to provide Information Technology (IT) Services and Support for the Product Lead Acquisition, Logistics, and Technology Enterprise Services (PL ALTESS). The procurement aims to gather insights on potential future requirements for IT services, including infrastructure management, cybersecurity, and disaster recovery, primarily at the Radford Army Ammunition Plant in Virginia, with possible operations at other CONUS and OCONUS sites. This initiative is crucial for enhancing the Army's IT capabilities and ensuring compliance with Department of Defense regulations. Interested parties are encouraged to submit tailored capability statements by 5:00 PM EST on August 8, 2025, and can direct inquiries to Marisol Trevino at marisol.m.trevino.civ@army.mil or Nicole Feddersen at corene.n.feddersen.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Request for Information (RFI) from PL ALTESS regarding Information Technology Services and Support (ITSS). It outlines the expectations for potential offerors to submit tailored capability statements reflecting their organizational and personnel qualifications in accordance with the Performance Work Statement (PWS). Offerors can respond for the entire scope or select task areas. The document addresses submission requirements, such as limitations on page counts for capability statements, and clarifies that supporting documentation, like resumes and certifications, should be included concisely within the limits. Key topics include submission instructions, contract types, the potential for hybrid contracting approaches, requirements for security clearances, and expectations for both CONUS and OCONUS operations. Crucially, the government encourages participation from small businesses, though no specific set-aside categories are currently established. Responses to the RFI will inform future solicitation processes regarding contractor capabilities for ongoing IT support, cybersecurity, and service level requirements, considering flexibility and evolving mission needs. Overall, the RFI is a strategic market research tool intended to gather insights and clarity to shape forthcoming procurement actions related to IT services.
    The Army Contracting Command Rock Island (ACC-RI) maintains a Customer Complaint Record to document issues arising from contracts. The record captures essential elements such as the date and time of the complaint, the source and individuals involved, and the nature of the grievance. Each complaint is assigned a contract number and reference for tracking purposes. Following an initial validation process, complaints may be deemed valid or not, influencing subsequent actions. If a complaint is validated, the contractor is notified, and the actions taken are recorded. A designated representative ensures proper filing and customer follow-up. This structured approach facilitates accountability and responsiveness in addressing concerns related to federal contracts, underscoring its significance in ensuring compliance and satisfaction within government operations. The document serves as an important tool in the oversight and management of federal grants and contract performance in alignment with regulatory expectations.
    The QASP Performance Requirements Summary outlines performance standards and objectives for a government contract, focusing on staffing, deliverables, communication, and reporting. Key performance objectives include maintaining adequate staffing levels, ensuring high-quality deliverables, timely service provision, fostering positive business relations, and accurate program reporting. Specific metrics such as filling 95% of positions within set timeframes, keeping defect rates below 5%, and achieving a 95% customer satisfaction rate are established as benchmarks for satisfactory performance. The document emphasizes monitoring methods, including inspections and customer feedback, to uphold compliance with these performance goals. This summary highlights the structured approach to managing contractor performance in federal initiatives, ensuring accountability and quality service delivery.
    The Quality Assurance Surveillance Plan (QASP) for the PL ALTESS program outlines procedures to ensure that the U.S. Army receives high-quality Information Technology services under a Time and Materials Indefinite Delivery/Indefinite Quantity contract. The document details the scope of work required from the contractor, which encompasses IT service operations, customer training, cybersecurity, and disaster recovery, primarily at the Radford Army Ammunition Plant, with potential work at other CONUS and OCONUS sites. The QASP specifies the government's role in overseeing contractor performance, highlighting the responsibilities of the Contracting Officer (KO) and the Contracting Officer Representative (COR) in monitoring compliance with contract terms and addressing non-conformance through Corrective Action Requests (CARs). Different levels of CARs are defined based on the severity of issues encountered, guiding contractor responses to deficiencies. Additionally, it establishes a framework for government surveillance methods, including random sampling and periodic inspections, and emphasizes the importance of customer feedback in performance evaluation. The plan underscores the necessity of maintaining accurate documentation of contractor performance and the establishment of quality control measures to ensure service delivery aligns with contractual requirements. This QASP reflects the government's commitment to quality, accountability, and proactive management in contracting processes.
    The document outlines the evaluation criteria for a contractor's performance in providing technical management and support services within a federal contract framework. Key focus areas include customer feedback, periodic inspections, and surveillance methods to ensure compliance with contract specifications. Critical requirements include the contractor's ability to foster positive business relations, maintain effective communication, fulfill staffing needs promptly, and deliver high-quality services on schedule. Specific aspects of service delivery, such as operations center functionality, quality control, and desktop support services, are emphasized, including timely notifications of personnel changes and adherence to Department of Defense security regulations. The document serves as a guideline for quality management and oversight in federal contracting, underscoring the importance of customer satisfaction and consistent delivery of services.
    The document outlines the details for a pending government contract focused on surveillance requirements and tasks across several specified functional areas (1.8, 4.0, 5.0, and 6.0). Key components include the contractor (to be determined) and the Contracting Officer Representative (COR), also to be confirmed. The exact surveillance period is stated as "See Below," indicating further information is necessary. The document emphasizes a sensitive nature, marked as "For Official Use Only," suggesting restricted access and confidentiality. This file indicates institutional preparations for an upcoming request for proposals (RFP) or grant opportunity, highlighting the structured approach in addressing government procurement processes. Such documentation is essential for ensuring compliance and clarity in the pre-contractual phase, informing potential contractors of necessary obligations and parameters for collaboration.
    The document outlines the Performance Work Statement (PWS) for Information Technology Services and Support (ITSS) required by the U.S. Army Product Lead Acquisition, Logistics, and Technology Enterprise Systems and Services (PL ALTESS). It details the scope of services to be provided, with a focus on IT service operations, delivery, cybersecurity, cloud management, application management, and other related support tasks. The contract consists of a base period starting in May 2026, with four optional extensions. Key tasks include data center operations, IT infrastructure maintenance, cloud services management, and conducting cybersecurity assessments to ensure compliance with Department of Defense regulations. Transition periods for onboarding and offboarding contractors aim to maintain operational continuity. The document emphasizes the necessity for qualified personnel across various technical areas, including network, storage, and backup management. It mandates adherence to stringent cybersecurity measures and proper handling of government-furnished equipment. Overall, the PWS aims to enhance IT functionalities while ensuring security and operational effectiveness within the Department of Defense framework, reflecting the government's commitment to robust IT infrastructure management.
    The Army Contracting Command – Rock Island is issuing a Request for Information (RFI) for Information Technology (IT) services and support on behalf of Product Lead Acquisition, Logistics and Technology Enterprise Services (PL ALTESS). This RFI aims to gather industry insights on capabilities to inform future acquisition planning regarding IT services for the Army's Program Executive Offices and other agencies. ALTESS provides a broad range of IT services including infrastructure management, cybersecurity, and disaster recovery across multiple hosting locations. Responses are invited to a series of specific questions that assess contract types, automation capabilities, labor flexibility, surge capacity, the security clearance process, and subcontractor management. Interested parties are required to submit a tailored capability statement detailing organizational qualifications and capabilities, along with their approach to the questions posed. The primary place of performance is Radford, Virginia, with potential alternative site staffing. This RFI is not a contract solicitation; it seeks informational responses to understand the marketplace and may lead to future competitive procurements that could include small business set-asides. Responses are due electronically by 5:00 PM EST on August 8, 2025, and must conform to specified formatting guidelines. The document underscores the government's initiative to improve IT service acquisition processes while ensuring compliance with applicable regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Extra Large Deployable Terminal (XLDT) Hardware and Integration Services - Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking information from industry partners regarding the provision of Hardware and Integration Services for the Extra Large Deployable Terminal (XLDT) system. This Request for Information (RFI) aims to gather insights on capabilities to support a transportable, multiband satellite terminal designed for military and commercial communication needs, ensuring operational resilience and advanced technological integration. The XLDT system is critical for maintaining secure communications across various operational environments and must meet stringent military standards while allowing for future upgrades and enhancements. Interested parties are encouraged to submit their responses by December 15, 2025, to the designated contacts, Tiffany Conway and Catherine Micolucci, via email, with all submissions becoming government property and subject to review.
    ACC-APG Upcoming Opportunities: Huachuca Division FY25
    Dept Of Defense
    The Department of Defense, through the ACC-APG Huachuca Division, is announcing upcoming contract opportunities primarily focused on information technology and cybersecurity services for the U.S. Army. The procurement encompasses a range of requirements including network administration, cybersecurity support, engineering assistance, and logistical services, aimed at enhancing military infrastructure and operational readiness across various installations. These opportunities are critical for maintaining and improving the Army's technological capabilities, with many contracts categorized as new or recompeted, and are expected to be awarded in the upcoming fiscal year. Interested contractors should direct their inquiries to Jessica L. Fields at jessica.l.fields.civ@army.mil, as all questions must be submitted via email, and no formal proposals should be submitted at this stage.
    SPARTA Digital Platform
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a contract for the SPARTA Digital Platform, as outlined in a Justification and Approval notice. This procurement involves IT and telecom platform products, including database, mainframe, and middleware solutions, which are critical for enhancing operational capabilities at the West Point facility in New York. The contract is aimed at ensuring the availability of essential digital infrastructure, which plays a vital role in supporting military operations and data management. Interested vendors can reach out to Elisabet Wallace at elisabet.d.wallace.civ@army.mil or by phone at 845-853-5858 for further details regarding this opportunity.
    U.S. Army Space and Missile Defense Command Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) Follow-On Requirements – RFI Special Notice
    Dept Of Defense
    The U.S. Army Space and Missile Defense Command (USASMDC) is issuing a Request for Information (RFI) regarding the follow-on requirements for the Reagan Test Site (RTS) Operations, Sustainment, Improvement, and Engineering (ROSIE) contract. This RFI aims to gather market research and planning insights for anticipated contractor support services at the RTS, which is critical for ballistic missile testing and space operations, located on Kwajalein Atoll and in Huntsville, Alabama. Key requirements include security clearances, mission support for various technical services, and addressing challenges posed by the remote and corrosive environment of Kwajalein. Responses to this RFI are due by December 17, 2025, and interested U.S. companies should direct inquiries to Shasta A. Davis or Tiffany N. Kimbrough via the provided email address.
    Project Manager Terrestrial Sensors (PM TS) Market Research for Enterprise Command & Control (C2) Capabilities for Air and Ground C5ISR Systems
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information through a Request for Information (RFI) regarding Command-and-Control (C2) capabilities for integration with Ground and Air platforms within the Project Manager Terrestrial Sensors (PM TS) portfolio. The RFI aims to gather insights on novel and mature Technology Readiness Level (TRL) 8-9 C2 software technologies that are platform-agnostic, enhancing situational awareness and informing future investments in C2 and C5ISR systems. Interested parties are required to submit a Capability Statement, not exceeding 10 pages, by December 15, 2025, detailing their company information, past experience, and proposed C2 solutions, with the response due date for the RFI set for January 5, 2026. For inquiries, contact Thao Trinh at thao.h.trinh.civ@army.mil or Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@army.mil.
    Request for Information(RFI)-Market Research for Logistics Deliverables
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is conducting a Request for Information (RFI) to identify qualified vendors capable of providing logistics deliverables for a new product, the Small Tactical Electric Power 3 Kili Watts. The RFI seeks comprehensive services including the creation of a Repair Parts and Special Tools List (RPSTL), Maintenance Allocation Chart (MAC), Provisioning Parts List (PPL), and Level of Repair Analysis (LORA), which are critical for the effective maintenance and operation of the new power system. This market research initiative is intended solely for planning purposes and does not constitute a solicitation or commitment to contract, with responses due by September 19, 2025, to the designated contacts at the Army. Interested vendors should submit their Rough Order of Magnitude (ROM) cost estimates and timelines to taylor.l.venanzi.civ@army.mil and rukiya.owusu.civ@army.mil.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES December 2023 and January 2024
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking ACC APG DIVISION A CCDC C5ISR OPPORTUNTIES for December 2023 and January 2024. This procurement is for services related to C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) opportunities. These services are typically used for enhancing the Army's capabilities in areas such as communication, information technology, and intelligence gathering. For more information, please contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES 30 August 2023
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEPT OF THE ARMY is seeking ACC APG DIVISION A CCDC C5ISR OPPORTUNTIES as of 30 August2023. This procurement opportunity is related to the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) field. The Department of Defense is looking for services or items that support the C5ISR operations. For more information, please contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil.
    CDID Cyber Battle Lab Experimentation Support Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Mission and Installation Contracting Command (MICC) at Fort Eustis, Virginia, is seeking qualified vendors to provide Cyber Battle Lab Experimentation Support Services at Fort Gordon, Georgia. The primary objective of this procurement is to assist in identifying gaps and vulnerabilities in Cyber Electromagnetic Activities (CEMA) through comprehensive experimentation, data collection, network engineering, capability prototyping, satellite communications support, and cybersecurity services. This effort is crucial for validating new technical solutions in Cyberspace Operations and Electronic Warfare, directly supporting the Cyber Battle Lab and U.S. Army Futures Command. Interested vendors must respond to this Sources Sought Notice by January 12, 2026, at 2 p.m. EST, and are encouraged to provide capability statements addressing security clearance requirements and compliance with the draft Performance Work Statement, with a maximum contract ceiling of $58.3 million over a seven-year ordering period.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES JULY 2025
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is announcing upcoming federal contracting opportunities related to Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) initiatives, with a focus on research and development. The procurement aims to enhance military capabilities through various projects, including software development for command systems, sensor integration for autonomous navigation, and cybersecurity solutions, structured primarily as Cost-Plus-Fixed-Fee (CPFF) contracts. These opportunities are critical for advancing defense technologies and supporting both current military systems and future innovations. Interested parties can reach out to primary contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or secondary contact Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details and guidance on proposal submissions.