Spectrum Information Systems (SIS) Helpdesk
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 conducting market research through a Sources Sought notice for the Spectrum Information Systems (SIS) Helpdesk. This effort seeks to identify qualified small businesses capable of providing Tier II technical, administrative, and Electromagnetic Spectrum (EMS) operational support for the Global Electromagnetic Spectrum Information System (GEMSIS) program portfolio of applications on both SIPRNet and NIPRNet. Responses are due by February 26, 2026.
Scope of Work
The requirement involves comprehensive Tier II support for GEMSIS applications, including Joint Spectrum Data Repository (JSDR), Joint Spectrum Interference Resolution Online (JSIRO), Spectrum Twenty-One (SXXI), and End-to-End Supportability System (E2ESS). Key task areas include:
- Transition Phase-in/Phase-out: Developing and executing plans for smooth service transitions, requiring cybersecurity work role qualifications.
- Task Order Management: Proactive program management, risk management, communication, and reporting, with a designated SME for FRRS Transactions.
- Spectrum Tools Support: Providing Tier II technical support, training, and testing for GEMSIS tools, managing incidents via DISA ITSM+, and preparing for Continuity of Operations Plan (COOP).
- FRRS Transactions: Updating and processing Frequency Resource Record System (FRRS) data for Armed Services and US Coast Guard, involving NTIA coordination and COOP preparation. Required experience includes DISA Global Service Desk IT Service Management Plus (GSD ITSM+), and specific expertise with SXXI, JSDR, E2ESS, and Strategic Spectrum Planning Support.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Period of Performance: One 12-month base period plus four 1-year option periods, anticipated from May 19, 2026, to May 18, 2031.
- Place of Performance: Primarily on-site at DISA facilities in Annapolis, MD, and Ft. George G. Meade, MD, with potential for alternate work sites or contractor facilities. Classified work must be performed at Government facilities.
- Set-Aside: This market research aims to determine if a small business set-aside is appropriate, building on the previous acquisition method which was a small business set-aside. The NAICS code is 541330 (Engineering Services) with a size standard of $25.5M.
- Response Due: February 26, 2026, at 21:00 UTC.
- Published: February 11, 2026.
Key Requirements & Qualifications
- Security: A Secret Facility Clearance is required. All personnel must be US citizens with interim or final Secret security clearances (up to NATO SECRET for specific tasks) and undergo a Tier 3 investigation. Compliance with DISA and DoD security directives is mandatory, and Non-Disclosure Agreements (NDAs) are required.
- Certifications: Cybersecurity work role qualifications (e.g., CompTIA Security+ CE) are necessary for Task Areas 1 and 3. IAT Level II with Security+ CE is required for Task Area 4.
- Reporting: Monthly status reports, monthly incident reports, and FRRS monthly reports are required.
- CMMC: The effort is subject to Cybersecurity Maturity Model Certification (CMMC) policies and regulations.
- Incumbent: The current incumbent contractor is Innoplex, LLC, a Small Business.
Submission Details
This is an informational Sources Sought Notice and not a Request for Proposal (RFP). Interested businesses should submit a capabilities statement package, not exceeding four pages, detailing their ability to meet the required capabilities. Submissions should include business name/address, representative name/title, small business status, CAGE Code, and prime contract vehicles. Responses should be emailed to Maola Masafu (maola.w.masafu.civ@mail.mil) and Octavia Griffith (octavia.g.griffith.civ@mail.mil), among others. Proprietary information must be clearly marked.