Command, Control, and Infrastructure Operation (C2IO) services
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Jan 29, 2026. Industry: NAICS 541513 • PSC DA01.
Market snapshot
Awarded-market signal for NAICS 541513 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541513
Description
THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY.
This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry. Response to this RFI is strictly voluntary and will not affect any firm's ability to submit an offer if, or when, a solicitation is released. The requested information is for planning purposes only and does NOT constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of information in response to this RFI. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations; formal notices will be released on https://sam.gov/ website. It is the responsibility of potential offerors to monitor the website for additional information pertaining to this requirement.
GENERAL INFORMATION: The U.S. Army Contracting Command‐Detroit (ACC‐DTA), U.S. Army Intelligence and Security Command (INSCOM), is in the process of determining the acquisition strategy for a Command, Control, and Infrastructure Operation (C2IO) services contract. The Government anticipates awarding a Firm Fixed Priced Level of Effort contract, under NAICS Code 541513 – Computer Facilities Management Services. The size standard associated with this NAICS code is $37 MIL. The Product Service Code is DA01 - IT and Telecom – IT Services. Additionally, the Government is considering a sixty (60) month contract for this service that may include: a base period of six (6) months and four (4) twelve (12) month option periods with the option for a six (6) month extension. System for Award Management (SAM) will be mandatory for this contract (see SAM website at https://beta.sam.gov). DUNS information will be mandatory for this contract. (See http://smallbusiness.dnb.com or call 1‐ 800‐234‐ 3867 for more information).
ADDITIONAL INFORMATION AND SUBMISSION DETAILS: Interested parties are requested to submit a capabilities statement of no more than two (2) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 12:00 PM EST on 29 January 2026 to the following mailbox: laura.t.palumbo.civ@army.mil.
A draft Performance Work Statement (PWS) is attached for review. (Attachment 1)
Please complete and reply to the following questions:
- What type of work has your company performed in the past three (3) years in support of the same or similar requirement?
- Can or has your company managed a task of this nature? If so, please provide details.
- Can or has your company managed a team of subcontractors before? If so, provide details.
- What specific technical skills does your company possess which ensure capability to perform the tasks?
- Please note that under a Small‐Business Set‐Aside, in accordance with FAR 52.219‐14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this draft PWS for the base period as well as the option periods.
- Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.
- Respondents to this notice must indicate whether they qualify as an 8(a) Business, Small Business, Small Disadvantaged Business, Women-Owned Small Business, HUBZone Small Business, or Service-Disabled Veteran-Owned Small Business.
- Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.
- What comments and/or concerns do you have with the above Command, Control, and Infrastructure Operations (C2IO) services RFI?
The Government encourages you to submit any additional comments or suggestions that you would like to share with us regarding C2IO Services to the mailbox provided above. We welcome your participation in making C2IO Services a model acquisition. Please note that official information will be provided by the Contracting Officer. Any information received from other sources should not be relied upon as official.
**The Contracting Officer will consolidate all inquiries and route to the appropriate person(s). Any questions /comments received from industry will NOT be posted on the public website.
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.