Unisys OS 2200
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 a follow-on solution to its existing Unisys OS 2200 requirement. This effort aims to identify industry capabilities for providing continuous software support for critical warfighter applications. DISA anticipates a single award, indefinite delivery, indefinite quantity (IDIQ) contract. Responses are due by March 16, 2026, at 4:00 PM EDT.
Purpose & Scope
DISA's J9 Hosting and Compute (HaC) Hybrid Computing Line of Business (HC32) requires ongoing support for mission partners utilizing Unisys OS 2200 applications. This includes providing 24-hour, 7-day-a-week Unisys OS 2200 capabilities and application support. This Sources Sought notice will inform the development and planning of the anticipated follow-on contract.
Key Requirements
The government is seeking capabilities to:
- Provide agile, flexible, and scalable Unisys OS 2200 environments.
- Offer rapid addition or modification of OS capabilities.
- Establish consistent, granular pricing models for unclassified and classified production, and unclassified test/development environments.
- Acquire and provide Unisys OS, including software updates and support for third-party software.
- Maintain operational control over provided environments.
- Support existing and new third-party software on a recurring basis.
Contract Details
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Single Award Indefinite Delivery, Indefinite Quantity (IDIQ)
- Anticipated Period of Performance: One (1) year base period with four (4) one-year renewal options (total 5 years).
- Place of Performance: Multiple DISA Host and Computer Center managed facilities in CONUS (Columbus, OH; Denver, CO; Fort Meade, MD; Mechanicsburg, PA; Montgomery, AL; Ogden, UT; Oklahoma City, OK; San Antonio, TX) and OCONUS (Stuttgart, GE; Bahrain, AE), with potential for future additions.
- Product Service Code: DA10 (Support Services, Delivered As A Service Contract)
Eligibility & Submission
This is a Sources Sought notice for market research, not a Request for Proposal (RFP). Interested businesses, including small and large businesses (SDB, 8(a), SDVOSB, HUBZone, WOSB), should submit a brief capabilities statement (maximum 5 pages). The statement should address experience with Unisys OS 2200, high availability systems, 24x7 support, Supply Chain Risk Management (SCRM), and operating in unclassified/classified environments. The NAICS Code is 541519 (Size Standard: $34M). To determine small business set-aside potential, responses must demonstrate capability in accordance with FAR clause 52.219-14. Information on joint ventures or partnering plans for small business participation is also requested. A Final Secret Facility Clearance (FCL) from DSS FCB is required, and all assigned personnel must be U.S. citizens.
Response Due
Responses are due by March 16, 2026, at 4:00 PM EDT. Submissions should be sent to Adam Venhaus at adam.m.venhaus.civ@mail.mil.