IT Contract Modernization and Alignment Initiative - Potential Consolidation/Bundling
Sources Sought from STATE, DEPARTMENT OF • STATE, DEPARTMENT OF. Place of performance: VA. Response deadline: Mar 06, 2026.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
Purpose: This notice is issued solely for market research in accordance with FAR Part 10 and to inform acquisition planning, including the potential consolidation and/or bundling of requirements consistent with FAR 7.107. The Government is seeking information from interested vendors regarding their capability to perform the requirements described in the attached draft SOWs (Lots A, B, C), particularly small business capability to perform each Lot as a prime contractor, and recommendations on acquisition structures that promote competition and small business participation.
This is not a solicitation. No contract will be awarded from this notice. The Government will not reimburse costs associated with responding to this notice.
Background: The Government is assessing a potential acquisition approach that may consolidate multiple existing or anticipated requirements into three (3) consolidated requirements (Lots A-C). Market research will help determine:
- Capability of small businesses to perform each Lot as prime.
- Feasible alternatives to consolidation/bundling that preserve mission performance while expanding small business participation.
- Realistic performance, schedule, cost, and risk impacts of potential acquisition structures (single award, multiple awards, reserves, partial set-asides, etc.).
Draft Scope (Lots A - C): Respondents should address capabilities and interest for each Lot separately.
Lot A - Front Office Contract Operations Support (Attachment 2)
Lot B - Mission Technology Solutions (MTS) Contract Operations Support (Attachment 3)
Lot C - Integrated Technology and Operations Division (ITOD) Contract Operations Support (Attachment 4)
NAICS:
NAICS is TBD. Size Standard is TBD.
The Government requests respondents recommend an appropriate NAICS and rationale for each Lot, including which NAICS best reflects the principal of the work.
Instructions to Respondents:
Page Limit: Maximum 10 pages, excluding cover page and attachments.
Format: PDF preferred
Include: Company name, UEI/CAGE, business size under recommended NAICS, socioeconomic status (if any), and a single point of contact.
Respondents are encouraged, but not required, to use the response format below. Alternatively, a Vendor Response Template (Attachment 1) is provided for convenience but is not required to provide a response. Respondents are not required to provide all requested information below. Respondents can provide additional information that has not been requested below, if it relates to this RFI.
Information Requested:
Company Profile
- Company name, UEI, CAGE, headquarters location.
- Business size under recommended NAICS and any socioeconomic status (e.g., 8(a), SDVOSB, WOSB, HUBZone).
- Primary capabilities relevant to the Lots (brief).
Capability to Perform Each Lot (Prime)
- For each Lot (A, B, C), can your firm perform the entire Lot as a prime contractor? (Yes/No for each). If No, identify which portions you can perform and why you cannot perform the remainder (capacity, geographic coverage, certifications, etc.).
- Can your firm perform any two Lots concurrently? All three Lots concurrently? Explain constraints, if any.
- Describe your capacity: approximate max staffing (FTE), surge capability, and ability to scale within [X] days.
- Describe ability to support the identified locations.
Relevant Experience
- Provide up to three examples of similar work performed within the last 3-5 years. For each, include customer (if releasable), contract type, contract value, period of performance, brief description, and your role (prime/sub).
Compliance / Security / Technical Constraints
- Identify relevant certifications/authorizations you hold or can support (as applicable): e.g., ISO, CMMI, ITIL, SOC 2, FedRAMP experience, FISMA, NIST.
- Security posture: ability to meet clearance/suitability requirements, facilities, and cleared staffing pipeline (high level).
Contracting
- What contract types are you best suited to support (FFP/LH/T&M/Hybrid) and why?
- Provide high-level thoughts on transition risk (timelines, knowledge transfer, cutover planning) and typical transition-in duration for similar efforts.
Bundling / Consolidation Feedback
- From an industry standpoint, what are the benefits and risks of consolidating/bundling these requirements into Lots A-C? Where possible, quantify impacts (cost drivers, schedule impacts, efficiencies, onboarding timelines).
- If the Government awards a single vendor multiple Lots, what are the top risks (e.g., single point of failure, key personnel bottlenecks) and recommended mitigations?
- What alternative acquisition structures would you recommend to increase competition and small business participation while meeting mission needs (multiple awards, partial set-asides, reserves, CLIN separation by functional area, on-ramp/off-ramp, etc.)?
Existing Vehicles
- Identify contract vehicles you currently hold that could support this requirement (e.g., GSA MAS SINs, GWACs, agency IDIQs).
- State whether you have experience as prime on awards of similar size/complexity.
Responses shall be submitted via email to Sara Marron, Contracting Officer, email: MarronSM2@state.gov AND Lily Fangio, Contract Specialist, email: FangioS@state.gov. Responses are due by 03/06/2026 at 3:00 pm ET. Include Source Sought/RFI Notice ID number 19AQMM26N0126 in the subject line of your email response.
The Government may request additional information or conduct follow-up exchanges (e.g., virtual industry day or one-on-one discussions). Any exchanges are for market research only.
This notice is for informational purposes only and does not constitute a solicitation. The Government will not reimburse any costs for response preparation. Responses may be used to refine the acquisition strategy, including determination of small business participation feasibility, potential consolidation/bundling considerations, or any purpose deemed necessary and legally appropriate. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.