AMD04 - DISA J6 Modernization, Engineering, Lifecycle Refresh (ModEL) BPA (Q&A Responses)
ID: 832369812Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL83SCOTT AFB, IL, 62225-5406, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)
Timeline
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the J6 Modernization, Engineering, and Lifecycle Refresh (ModEL) Blanket Purchase Agreement (BPA). This procurement aims to enhance IT and telecommunications services for the Department of Defense, focusing on program management, solutions development, and lifecycle refresh of IT infrastructure, with an estimated contract value of approximately $927 million over a five-year period. The initiative emphasizes small business participation through Contractor Team Arrangements (CTAs), ensuring that teams include a mix of large and small businesses to meet specific technical requirements. Interested vendors should direct inquiries to Caitlin Huff at caitlin.n.huff.civ@mail.mil or Mallory A. Moss at mallory.a.moss.civ@mail.mil, with proposals due as outlined in the solicitation documents.

    Files
    Title
    Posted
    The document outlines the solicitation for the Modernization, Engineering, Life Cycle Refresh (ModEL) initiative managed by the Defense Information Systems Agency (DISA) J6 C4/DITCO. The project aims to enhance IT and telecommunication services for the U.S. Department of Defense, focusing on program management, solutions development, engineering projects, and professional telecommunications services. The solicitation proposes a Blanket Purchase Agreement (BPA), expecting 50-75 call orders during the contract period to address repetitive needs across four task areas. The document introduces key DISA personnel, outlines the agency's mission to provide robust IT resources for national defense, and emphasizes strategic imperatives for future operations. It specifies various project support areas under the ModEL scope, including lifecycle refresh, cybersecurity modernization, and cloud connectivity. The Contractor Team Arrangement (CTA) structure is also described, indicating that members will have responsibilities for specific tasks while promoting small business participation. Overall, the MOD EL initiative demonstrates DISA's commitment to optimizing IT infrastructure, ensuring data protection, and enhancing operational efficiency for warfighters while fostering collaboration through a structured procurement process.
    The DISA Joint Service Provider overview session held on June 30, 2023, outlined the purpose and structure of the ModEL strategic sourcing vehicle, emphasizing its support for IT services and the projected need for 50 to 75 call orders per year with a total value between $820 million and $980 million. The session established ground rules for both the overview and one-on-one sessions with contractors, stressing confidentiality, focused discussions, and the refinement of requirements without solicitation commitments. Key objectives include efficient procurement processes, timely solution deployment, and adequate logistics to adapt to changing Defense Department needs.
    The Defense Information Systems Agency (DISA) is pursuing a Blanket Purchase Agreement (BPA) for the Modernization, Engineering, and Lifecycle Refresh (ModEL) to streamline IT service acquisition for various government sectors. This BPA aims to provide critical IT products, services, and labor to enhance the operational capabilities of the Department of Defense and other agencies, ensuring responsiveness and efficient support. The contractor will handle project planning, design, execution, and procurement of necessary resources, emphasizing flexibility and adaptability to evolving IT demands. Key focus areas include Program Management, Solutions Development, Customer Engineering Projects, and Telecom Networking Services. Contractors are expected to complete tasks such as lifecycle refresh of IT infrastructure, implementing solutions for cloud and zero trust architectures, and providing professional engineering services. Performance evaluations will ensure contractors meet standards, with provisions for replacing underperforming contractors. The overall objective is to shorten the service delivery time to 45 days, with a transition phase of 30 days for project onboarding, ultimately fostering operational effectiveness within the government IT landscape.
    The document addresses a federal Request for Proposal (RFP) related to the Defense Information Systems Agency's (DISA) J6 Modernization, Engineering, and Lifecycle Refresh (ModEL). Key inquiries from vendors focus on the structure of the Contractor Teaming Arrangement (CTA), the requirements for small business participation, and clarification on various aspects of the solicitation process. Vendors seek details on the number of awards to be made, the percentage of work required from CTA members, and the considerations of small business utilization within the team arrangements. The responses reveal that the government will select one CTA for award, with each member receiving their own Blanket Purchase Agreement (BPA). Small business requirements are specified in the draft RFQ. The solicitation emphasizes the importance of technical and management factors and indicates that additional details will be provided at the Call Order level. Vendor participation in a pre-solicitation conference is allowed, ensuring openness in the selection process. Overall, the focus is on facilitating an organized and equitable bidding process for modernization efforts under DISA's jurisdiction, with provisions for effective collaboration among contractors while promoting small business engagement.
    The Department of Defense’s Defense Information Systems Agency (DISA) is soliciting proposals for the J6 Modernization, Engineering, and Lifecycle Refresh (ModEL) Blanket Purchase Agreement (BPA). This solicitation invites vendors to form Contractor Team Arrangements (CTA), ensuring small business participation while defining roles in response to specific technical requirements. The document outlines the structure for submission, highlighting the need for each CTA member to have a General Services Administration (GSA) Multiple Award Schedule. Vendors seek clarity on task requirements, team composition, small business obligations, and the timing of potential call orders. DISA emphasizes that each CTA can have one large business and that firms must adhere to small business participation goals, with a focus on new transformational projects rather than operations and maintenance work. Responses to vendor inquiries indicate ongoing refinement of submission guidelines, anticipated call orders, and expected performance standards. This RFP promotes industry partnership while ensuring competitive standards in the government's modernization efforts, aligning with broader federal procurement strategies aimed at efficiency and innovation in technology services within the DoD. A standardized framework will guide vendors in coordinating their approaches while addressing both immediate and evolving IT needs.
    The Defense Information Systems Agency (DISA) is seeking responses to a Request for Quote (RFQ) to establish a blanket purchase agreement (BPA) under the General Services Administration (GSA) Multiple Award Schedule. This BPA, valued at approximately $927 million, will support the DISA's Command, Control, Communications, and Computers (C4) modernization efforts, spanning a one-year base period with four optional years. Contractors are encouraged to form Contractor Team Agreements (CTAs) with up to five GSA Schedule contractors to collaboratively meet the BPA requirements. Each team must demonstrate expertise in specified task areas detailed in the Performance Work Statement (PWS). The evaluation is based on a Best Value Tradeoff approach, factoring technical capability, pricing, and small business participation. Successful CTAs will ensure compliance with Section 508 accessibility standards and provide mitigation plans for any conflicts of interest. The proposal submission must include a detailed staffing plan to maintain necessary security clearances for personnel working on sensitive tasks. The solicitation emphasizes maximizing small business engagement, establishing minimum participation requirements for small businesses across various categories. The government aims to award a contract to the team that best represents overall value, with an emphasis on quick service delivery and effective collaboration within the CTA.
    The Statement of Objectives (SOO) outlines a contract for a Blanket Purchase Agreement (BPA) to provide modernization and engineering support for the Joint Service Provider (JSP) over a five-year period. The main goals include delivering IT solutions, supporting the adoption of software-defined networking, enhancing cybersecurity, and enabling quick acquisition of necessary services and products while ensuring that performance standards are met and contractors are evaluated regularly. The SOO establishes specific tasks and deliverables for contractors across three main areas: Solutions Development, Customer Engineering Projects, and Telecom and Networking Professional Services, all backed by a comprehensive performance evaluation and security requirements framework.
    The Defense Information Systems Agency (DISA) Joint Service Provider (JSP) is seeking contractor support services for its Modernization, Engineering, and Lifecycle Refresh (ModEL) requirements, focusing on project planning, design, and execution across IT categories including solutions development and customer onboarding. The government is requesting industry input on acquisition strategies, staffing methodologies, teaming arrangements, and feedback on the Performance Work Statement (PWS) to mitigate risks and ensure effective execution of call orders, with projected support needs and significant budget implications. Proposed services will be concentrated in the National Capital Region, with an estimated value of $820 million to $980 million and expectations for staffing levels to commence rapidly post-call order issuance.
    The Defense Information Systems Agency (DISA) announced a virtual Industry Engagement Day for interested vendors regarding the Joint Service Provider's (JSP) Modernize, Engineer Lifecycle Refresh (ModEL) requirement, scheduled for June 27, 2023. The event will include general overview sessions and individual meetings of up to 20 minutes via Microsoft Teams, with responses for meeting requests due by June 23, 2023. This sources sought announcement aims to identify capable small businesses that can provide IT modernization and support services across specific engineering categories, with substantial contracts anticipated.
    The Defense Information Systems Agency (DISA) is issuing a Sources Sought Announcement to identify potential vendors capable of providing Modernization, Engineering, and Lifecycle Refresh (ModEL) services for the Joint Service Provider (JSP), covering areas such as IT infrastructure modernization, deployment of applications, and telecommunications support. Interested companies must respond to specific vendor engagement questions and provide details about their capabilities, relevant experience, and facility clearances to qualify for potential participation in a future solicitation, which could involve multiple task orders valued between $160M to $180M annually. This announcement serves solely for informational purposes and is not a formal solicitation for a contract.
    The SOURCES SOUGHT ANNOUNCEMENT (Tracking Number 832369812) has been amended to extend the response deadline to June 26, 2023, at 5:00 PM EDT, and outlines requirements for one-on-one meetings with the Government on June 30, 2023, contingent upon prior written responses to vendor engagement questions. The Defense Information Systems Agency (DISA) is gathering information on potential sources for its Joint Service Provider's (JSP) ModEL services, which include IT infrastructure modernization, project planning, and support in areas such as solutions development and customer onboarding, with an estimated contract value of $160M to $180M annually. Interested parties must provide specific business details and qualifications by the response deadline, including proof of a Top-Secret Facility Clearance.
    The SOURCES SOUGHT ANNOUNCEMENT is issued by DISA to identify potential sources for the Joint Service Provider's ModEL requirement, encompassing IT services such as modernization, engineering, and telecommunications support. Amendments include updates on response deadlines and the necessity for written responses to secure one-on-one meetings, with a focus on qualifications for providing specific IT infrastructure services. This announcement serves solely for informational purposes and does not constitute a formal request for proposals or a commitment by the government.
    Similar Opportunities
    Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services for the Department of Defense (DoD) and Federal Agencies
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to establish a Blanket Purchase Agreement (BPA) Bridge for Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services. This procurement aims to provide essential telecommunications services to the DoD and other federal agencies, ensuring reliable and efficient connectivity for various operations. The services are critical for maintaining communication capabilities in diverse environments, supporting both operational and strategic missions. Interested vendors can reach out to primary contact Jenalle L. Hilmes at jenalle.hilmes@disa.mil or by phone at 618-418-6585, or secondary contact Ashley T. Hubert at ashley.t.hubert.civ@mail.mil or 618-418-6249 for further details.
    Class J&A for Expiring CSA's
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to extend expiring Communication Service Authorizations (CSAs) via a Justification for Other Than Full and Open Competition (J&A). This procurement aims to ensure the continuity of essential long-haul telecommunications services provided by various contractors to military departments and federal agencies, which are critical for both routine operations and national security. The J&A highlights the necessity of maintaining these services uninterrupted while DISA's Defense Information Technology Contracting Organization (DITCO) evaluates options for re-competition or discontinuance, with plans for competitive re-awards where feasible. Interested parties can reach out to Tara D. Whitaker at 618-418-6485 or via email at Tara.D.Whitaker2.civ@mail.mil for further details.
    Draft RFP - Capacity Services Communications III
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry feedback on a draft Request for Proposal (RFP) for the Capacity Services Communications III contract. This indefinite delivery/indefinite quantity (ID/IQ) contract aims to provide reliable and cost-effective communication infrastructure services, including hardware, software, and technical services, to enhance DISA's communication capabilities at various locations. The contract is crucial for ensuring the scalability, security, and modernization of communication infrastructure, particularly for data centers and hybrid-cloud solutions. Interested parties can direct their inquiries to Shaun Bright or Tyme Sampson via email, and should note that the government will not accept proposals in response to this draft RFP.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement aims to secure reliable telecommunication access, which is critical for supporting military operations and communications within Europe. Interested vendors must comply with specific terms and conditions outlined in the solicitation, including providing pricing details for monthly recurring charges and non-recurring charges. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Chad DeVries at chad.w.devries.civ@mail.mil, as the solicitation does not have a small business set-aside and requires registration under the appropriate NAICS code (517111) for access to additional documents.
    Class J&A for expiring CSAs Amendment 1
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is issuing a Justification and Approval (J&A) for the amendment of expiring Communications Service Agreements (CSAs). This opportunity involves Amendment 1 to Class J&A for Expiring CSAs, specifically identified as J&A23-010 AMD 01, which is crucial for maintaining continuity in satellite communications and telecom access services. The procurement is significant as it ensures the ongoing operational capability of essential IT and telecom services within the defense sector. Interested parties can reach out to Tara D. Whitaker at Tara.D.Whitaker2.civ@mail.mil or by phone at 618-418-6485 for further details regarding this opportunity.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement aims to establish reliable communication infrastructure, which is critical for military operations and coordination across Europe. Interested telecommunications providers must comply with specific terms and conditions outlined in the solicitation, and the evaluation will follow a lowest price technically acceptable (LPTA) source selection process. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Chad DeVries at chad.w.devries.civ@mail.mil, with all submissions required to include the requestor's UEI or CAGE code for verification.
    Amend 0001: RFQ: Start a 10.709 GB (OTU-2) Jumbo Frame commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a commercial lease of a 10.709 GB Jumbo Frame network service for intra-Europe operations. This procurement requires vendors to provide quotes for two related solicitations, ensuring diverse paths for network survivability, with the contract awarded based on the lowest combined life cycle cost and technical acceptability. The selected vendor will be responsible for both leases, and all quotes must be submitted in compliance with specific commercial item terms and conditions outlined in the solicitation. Interested parties should contact Gretchen Figgins or Dominique Minn for further information, and must ensure they are registered under the appropriate NAICS code (517111) to access the solicitation documents.
    PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 10 MEGABIT UP AND DOWNLOAD SPEEDS IN PHILADELPHIA, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals from qualified small businesses to provide, install, and maintain an internet service with a minimum of 10 megabit upload and download speeds in Philadelphia, PA. This procurement is a controlled access requirement, and interested entities must possess a DITCO Basic Agreement to access the solicitation documents, which will be available via the IDEAS platform. The selected contractor will play a crucial role in ensuring reliable telecommunications services, which are essential for various defense operations. Proposals are due by the specified deadline, and interested parties should contact Sara Sopiars at sara.l.sopiars.civ@mail.mil or Emily Etter at emily.a.etter.civ@mail.mil for further information.
    Amend 0001: RFQ: Start a 10.709 GB (OTU-2) Jumbo Frame commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotations for a commercial lease of a 10.709 GB Jumbo Frame network service for intra-Europe connectivity. This procurement involves two related solicitations, HC102126QA001 and HC102126QA002, which require diverse paths to ensure network survivability, and the contract will be awarded to a single vendor based on the lowest combined life cycle cost and technical acceptability of both quotes. The opportunity is critical for maintaining robust telecommunications services, and interested vendors must comply with specific terms and conditions outlined in the solicitation, with all quotes due by the specified deadline. For further inquiries, potential bidders can contact Gretchen Figgins at gretchen.l.figgins.civ@mail.mil or Dominique Minn at dominique.g.minn.ln@mail.mil.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement aims to secure reliable wired telecommunications services, specifically under the NAICS code 517111, which encompasses Wired Telecommunications Carriers. The selected provider will be evaluated based on the lowest price technically acceptable (LPTA) criteria, and all quotes must detail monthly recurring charges, non-recurring charges, and any applicable tier pricing. Interested vendors must contact Gretchen Figgins or Chad DeVries for access to the solicitation documents, ensuring they provide their UEI or CAGE code for verification. The solicitation is currently open, and no small business set-aside is applicable.