Request for Information - Mercury
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 National Geospatial-Intelligence Agency (NGA) has issued a Request for Information (RFI), titled "Mercury," to identify industry sources capable of providing sustainment and modernization services for existing and emerging analytic systems. This RFI aims to gather information on industry capabilities, potential acquisition constructs, and strategies to support unanticipated mission needs for the PEO Advanced Analytics – Analytic Technology (PAT) office. The estimated budget for this effort is greater than $100M.
Purpose & Scope
The "Mercury" requirement will serve as the primary sustainment services provider for PAT, encompassing end-to-end operations and lifecycle management of analytic systems supporting NGA's Analysis mission and the Analytic Services Production Environment for the NSG (ASPEN). The scope of work includes a broad range of technical services:
- Systems Engineering and Integration
- Software Development (new capabilities, sensor data integration)
- Software Maintenance (corrective, adaptive, preventive, perfective)
- Operations Support (system/database/content administration, Help Desk)
- Technical Support Services (configuration management, technical writing, training)
- Security Engineering (cybersecurity engineering and operations, ICD 503 compliance)
- Ad-hoc Engineering
Contract Details
- Type: Request for Information (RFI) / Special Notice
- Potential Contract Vehicle: Flexible, potentially a single contract or an Indefinite Delivery, Indefinite Quantity (IDIQ) with one or multiple vendors.
- Anticipated Period of Performance: Minimum of five years, with the possibility of a longer-term contract.
- Place of Performance: Primarily at Contractor's facilities within the United States, with temporary access to NGA sites (Washington or St. Louis) if on-site work is required.
- Security Requirements: Contractor personnel require appropriate security clearances (TS/SCI with CI polygraph for classified work). Vendors are responsible for providing all security engineering services for ICD 503 compliance.
Submission & Evaluation
- Submission: Respondents are requested to submit a white paper (Microsoft Word format, maximum 15 pages). Responses may contain UNCLASSIFIED and CLASSIFIED information, which must be portion marked.
- Evaluation: Responses will be used for planning purposes to inform NGA's acquisition strategy. Input may be reviewed by NGA non-Government consultants under NDA.
- Set-Aside: The RFI includes questions related to small business status and potential set-asides; no specific set-aside has been designated at this stage.
Key Updates & Deadlines
- Response Due: Thursday, April 9, 2026, NLT 12 noon ET. (Updated from April 2, 2026, based on Government responses to industry questions).
- Published Date: March 30, 2026.
- Clarifications: Government responses to industry questions clarify acceptable font sizes for tables, availability of software documentation CDRLs during transition, potential IT ticketing access, and vendor responsibility for security engineering. This RFI is for information and planning purposes only and does not constitute a Request for Proposal (RFP).