Combined Solicitation/Synopsis: HC108426R0004 - Managed and Scalable Storage Services
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 Defense Information Systems Agency (DISA) is soliciting proposals for Managed and Scalable Storage Services (ESS IV) under a Combined Synopsis/Solicitation (RFP) HC108426R0004. This unrestricted opportunity seeks a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for a utility-based, dynamically adaptable storage system. Phase I proposals are due by March 24, 2026, at 4:00 PM EST.
Purpose & Scope
DISA requires comprehensive managed storage services for all application workloads, including hardware, operating software, network management tools, technical services, and operational control. The solution must provide seamless, adaptive, and efficient storage management, ensuring flexibility for security, availability, scalability, and modernization of DISA's storage infrastructure. This includes provisioning, maintenance, licensing, design, logistics, field maintenance, and systems engineering services. The contract will support various CONUS and OCONUS DISA locations, with worldwide deployment capability.
Contract Details
- Contract Type: Single-Award Indefinite Delivery/Indefinite Quantity (ID/IQ) with Firm-Fixed-Price (FFP) for services and Cost for Travel/Other Direct Costs (ODCs).
- Period of Performance: A 5-year base period, five 1-year option periods, and a potential 6-month extension.
- Set-Aside: This acquisition is Unrestricted.
- NAICS Code: 541519 (Size Standard: $34,000,000).
- Security Requirements: SECRET facility clearance is required, and personnel must have SECRET clearance and SIPRNet access for classified environments. Compliance with CMMC Level 2 (Self) is mandatory prior to award.
Submission & Evaluation
This is a multi-phased procurement process:
- Phase I: Written Proposal (due March 24, 2026, 4:00 PM EST).
- Phase II: Oral Presentation.
- Phase III: Proof of Concept (if required). Evaluation will follow a Best Value Tradeoff (BVTO) process, where the Technical/Management Approach is more important than Price. Small Business Participation Plans (SBPP) and Supply Chain Risk Management (SCRM) Plans will be evaluated on an Acceptable/Unacceptable basis. Offerors must submit a SBPP with minimum quantitative requirements and commit to sponsoring at least two Facility Clearances (FCLs) for small businesses.
Key Attachments & Requirements
Offerors must review the full RFP and numerous attachments, including the Performance Work Statement (PWS), Sample Task Orders, Self-Certification Checklist, Offeror Technical Specifications, Price Model, Quality Assurance Surveillance Plan (QASP), Small Business Participation Plan Template, and DD Form 254 (security requirements). A sample certification letter for compliance with PWS technical requirements is also provided. Questions are due by March 09, 2026, 4:00 PM CST.