Capacity Services Communications III (CSC III)

SOL #: HC108426R0001Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Information Systems Agency (Disa)
IT CONTRACTING DIVISION - PL84
SCOTT AFB, IL, 62225-5406, United States

Place of Performance

St James, MD

NAICS

Other Computer Related Services (541519)

PSC

Support Services For Activities Involved With Application Development And Support To Include Analysis, Design, Development, Coding, Testing, And Release Packaging, As Well As Support Of Off The Shelf Business Applications. (DA01)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 18, 2026
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Mar 20, 2026, 8:00 PM

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 Defense Information Systems Agency (DISA), under the Department of Defense, has issued a Combined Synopsis/Solicitation (RFP HC108426R0001) for Capacity Services Communications III (CSC III). This opportunity seeks a dynamically scalable communications capability, utilizing an on-demand service approach for communication hardware, operating software, storage, network management, automation tools, and technical services. The goal is to provide DISA with the flexibility to meet requirements for security, availability, scalability, and modernization of communication infrastructure for data centers and hybrid-cloud solutions. This acquisition is Unrestricted.

Scope of Work

The contract encompasses a broad range of services and equipment for DISA's data centers and hybrid-cloud environments, supporting both unclassified and TOP SECRET classified operations. Key areas include:

  • Capacity Offerings: Providing physical and virtual solutions for various network components such as firewalls, routers, switches, and load balancers.
  • Non-Capacity Offerings: Technical assistance (with defined job levels and qualifications), OEM professional services, training, infrastructure components (e.g., IT equipment racks and power accessories per detailed standards), relocation services, and restitution.
  • Program & Project Management: Establishing a Program Management Office (PMO), Technical Assistance Center (TAC), and providing engineering support. Solutions must be compatible with existing DISA data center equipment (PWS Appendix 1) and adhere to all applicable DISA STIGs and configuration standards.

Contract Details

  • Contract Type: Single-award Indefinite Delivery/Indefinite Quantity (ID/IQ).
  • Period of Performance: A 5-year base period with five one-year option periods, totaling 10 years.
  • NAICS Code: 541519, with a size standard of $34,000,000.
  • Place of Performance: Multiple CONUS and OCONUS locations, including DISA Host and Compute Centers, SCCA Off-Prem Cloud Access Points, and Mission Partner sites worldwide.
  • Security Requirements: Contractor employees require SECRET level clearance and must be U.S. citizens. Compliance with DoDM 8140.03 and signing Non-Disclosure Agreements (NDAs) are mandatory. DD Form 254 outlines specific security classification information.
  • Mission Essential Services: Offerors must submit a continuity plan detailing how they will continue to perform essential services.

Submission & Evaluation

  • Proposals Due: March 20, 2026, at 03:00 PM.
  • Evaluation Basis: A "best value tradeoff" process will be used, considering technical/management approach, small business participation, supply chain risk management (SCRM) plan, and price.
  • Oral Presentations: Required and will be conducted virtually. All proposal volumes, including oral presentation slides, are due simultaneously.
  • Required Submissions: Offerors must submit a Small Business Participation Plan (SBPP) (Attachment 6) and, if applicable, a Subcontracting Plan (Attachment 7). Prime contractors are required to sponsor at least one small business for facility site clearances (FCL) within the first two years of performance.
  • Pricing: Bidders must use the provided CSC III Price Workbook (Attachment 2) for cost proposals, which details CLINs for physical, virtual, and non-capacity items, with most being Firm-Fixed-Price (FFP) and Surge CLINs as Cost Reimbursable (CR) Not to Exceed (NTE).
  • Performance Monitoring: Contractor performance will be evaluated against a Quality Assurance Surveillance Plan (QASP) (Attachment 5), which includes acceptable quality levels (AQLs) such as 99.99% equipment availability.

People

Points of Contact

Shaun BrightPRIMARY
Tyme SampsonSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
Capacity Services Communications III (CSC III) | GovScope