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
Original Source
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) has issued a Combined Synopsis/Solicitation (HC108426R0001) for Capacity Services Communications III (CSC III). This opportunity seeks a dynamically scalable communications capability, providing on-demand hardware, software, storage, network management, automation tools, and technical services for DISA's data centers and hybrid-cloud solutions. This is an Unrestricted acquisition. Proposals are due March 20, 2026, at 3:00 PM ET.
Scope of Work
The contract covers a broad range of communication infrastructure services, including:
- On-demand Capacity Offerings: Physical and virtual solutions for network components (firewalls, routers, switches, load balancers) to support unclassified and classified (up to TOP SECRET) environments.
- Non-Capacity Offerings: Technical assistance, OEM professional services, training, certification, infrastructure components (cables, racks), relocation services, and restitution.
- Program Management: Establishment of a Program Management Office (PMO), Technical Assistance Center (TAC), and engineering support.
- Technical Requirements: Detailed specifications for appliances, firewalls, load balancers, security, routers, switches, DNS, NPC, email, virtualization platforms, VoIP equipment, and storage capabilities, including compatibility with existing DISA equipment (e.g., APCON, Cisco, F5, Juniper, Palo Alto). Specific standards for IT equipment racks and power accessories are also defined.
Contract Details
- Contract Type: Single-award Indefinite Delivery/Indefinite Quantity (ID/IQ)
- Duration: 5-year base period with five 1-year option periods (total 10 years), plus a 6-month extension.
- Set-Aside: None (Unrestricted)
- NAICS Code: 541519 (Size Standard: $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: Requires SECRET level clearance for contractor employees, compliance with DoD cybersecurity policies, and CMMC. U.S. citizens are required for all contractor employees.
Submission & Evaluation
- Proposal Due Date: March 20, 2026, 3:00 PM ET.
- Evaluation: Best value tradeoff, considering technical/management approach, small business participation, Supply Chain Risk Management (SCRM) plan, and price.
- Oral Presentations: Required and will be conducted virtually; migration services strategy plans must be presented during this time.
- Small Business Participation: Prime contractors must sponsor at least one small business for facility site clearances (FCL) within the first two years. A Small Business Participation Plan (SBPP) is required, and small business participation is an evaluation factor.
- Other Requirements: Offerors must submit a continuity plan for mission-essential services and adhere to strict Non-Disclosure Agreements (NDAs) for personnel. Pricing must be submitted using the provided "CSC III Price Workbook," with most CLINs being Firm-Fixed-Price (FFP) and Surge CLINs as Cost Reimbursable (CR) Not to Exceed (NTE).
Contact Information
- Primary: Shaun Bright (shaun.m.bright.civ@mail.mil)
- Secondary: Tyme Sampson (tyme.m.sampson.civ@mail.mil)
People
Points of Contact
Shaun BrightPRIMARY
Tyme SampsonSECONDARY
Files
Versions
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 18, 2026