ContractPresolicitation

Draft RFP - Capacity Services Communications III

DEPT OF DEFENSE HC108426R0001-DRAFT
Response Deadline
Dec 9, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Presolicitation

Contract Opportunity Analysis

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.

Classification Codes

NAICS Code
541519
Other Computer Related Services
PSC Code
DA01
IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)

Solicitation Documents

8 Files
PWS_Appendix 6 - Non Disclosure Agreement.docx
Word37 KBNov 25, 2025
AI Summary
The Defense Information Systems Agency (DISA) Non-Disclosure Agreement for Contractor Personnel outlines strict obligations for contractor employees regarding sensitive and proprietary information. Individuals working under DISA/DITCO contracts may access protected data, including planning, programming, budgeting system information, contractor bid/proposal information, Freedom of Information Act-exempt data (e.g., trade secrets), personally-identifiable or protected health information, and other
PWS_Appendix 5 - PWS Technical Requirements.xlsx
Excel221 KBNov 25, 2025
AI Summary
This document outlines various IT infrastructure components and their requirements, categorized into physical and virtual appliances for federal, state, and local government RFPs. Key areas include general appliances, firewalls, and load balancers, each with detailed specifications across different scales (small, medium, large, extra-large, enterprise). The document specifies minimum throughput, session capacity, VPN capabilities, interface speeds, and authentication methods. It also lists example products and emphasizes features like redundant power supplies, multi-tenancy, FIPS compliance, and centralized management. The file serves as a comprehensive guide for procuring and implementing robust and secure network infrastructure solutions, including emerging technologies.
PWS_Appendix 4 - Technical Assistance Support.docx
Word31 KBNov 25, 2025
AI Summary
The document, "PWS APPENDIX 4- Technical Assistance Support," outlines eight levels of technical personnel, from Entry Level (Technical Personnel I) to Architect Level (Technical Personnel VIII), detailing their respective job responsibilities, required expertise, and levels of autonomy. Each level builds upon the previous, increasing in complexity of assignments, scope of independent judgment, and leadership roles. Entry-level personnel apply basic principles to limited scope assignments, while intermediate levels solve common business issues and contribute to technical designs. Advanced and expert levels handle complex projects, lead teams, provide technical direction, and offer strategic advice on enterprise solutions. The highest levels, Specialist and Architect, are recognized subject matter experts who develop innovative principles, lead large cross-functional teams, and set functional policy and direction. This structured progression ensures a clear framework for technical support, defining roles from basic systems configurations and troubleshooting to developing and implementing complex enterprise technology solutions.
PWS_Appendix 3 - 26-05 - Power Accessories for IT Racks.docx
Word41 KBNov 25, 2025
AI Summary
This document outlines the minimum technical specifications for power accessories in IT racks at Defense Information Systems Agency (DISA) datacenters, specifically covering rack-mounted metered power distribution units (MPDUs) and automatic transfer switches (ATSs). The purpose is to define electrical and mechanical requirements, with ATSs only permitted in legacy equipment, while other power accessories like UPSs are prohibited. The standard details strict requirements for MPDUs, including two per rack, monitored/metered output with alarms, 208V 3-phase input, and logical addressability. ATSs must meet specifications for NEMA 1 enclosures, input/output voltage, load transfer within 8-12 milliseconds, rack mounting (max 2U), local metering, and remote monitoring via SNMP. All products must be standard, commercially available for at least two years, and from a single manufacturer for items of the same class. Installation must follow manufacturer recommendations, approved contract drawings, and applicable codes, ensuring front-to-back airflow and visible indicators. Contractors must provide Operations & Maintenance manuals, including warranty letters, manufacturer manuals, IP addresses, and software. Inspection and testing are required for ATSs, covering proper installation, functionality, and automatic switching. Replacement parts must be available within three days. Delivery, storage, and handling must prevent damage, and a 2-year onsite parts and labor manufacturer warranty is mandatory.
PWS_Appendix 2 - 27-02 - IT Equipment Rack Standard.docx
Word45 KBNov 25, 2025
AI Summary
This document outlines the minimum technical specifications for IT equipment enclosures (racks) to be deployed at DISA (Defense Information Systems Agency) datacenters. It details rigorous electrical and mechanical requirements for racks and their accessories, including specifications for height (42U), construction materials, door and panel features, grounding, and load capacities (3,000 lb. static, 2,250 lb. rolling). The standard also addresses seismic resistance for zones I-IV. External dimensions are specified for both DISA Standard Racks (24" W x 42-48" D x 79" H) and COM Racks (30" W x 42-48" D x 79" H). Products must be commercially available for at least two years. Installation requirements cover rack placement, aisle widths, airflow, and grounding to the signal reference grid. The document also stipulates a 3-day availability for replacement parts, careful handling and storage, and a mandatory 5-year onsite parts and labor manufacturer warranty.
PWS_Appendix 1 - Comm Equipment Inventory.xlsx
Excel22 KBNov 25, 2025
AI Summary
The document provides a detailed list of IT hardware and software products from various manufacturers, including APCON, Cisco, F5, Forward Networks, Gigamon, Infoblox, Juniper, Lantronix, Microchip/Microsemi, NetScout, Palo Alto, and RSA. The product types cover a wide range of network infrastructure and security solutions such as matrix switches, AAA appliances, email appliances, firewalls, routers, SDN controllers, SSL VPN appliances, switches, VOIP routers, load balancers, analysis servers, taps, DNS appliances, remote consoles, time servers, and security appliances. Each product entry includes the manufacturer, product type, and specific model number, indicating a comprehensive inventory or a proposed list of equipment for a government RFP, grant, or state/local project requiring advanced IT infrastructure and cybersecurity. The emphasis is on modern networking, security, and data management solutions.
Attachment 3 - CSC III B-table - Price Workbook.xlsx
Excel612 KBNov 25, 2025
AI Summary
The Defense Information Systems Agency (DISA) Proposal Template, titled "CSC III" (Solicitation Number HC108426R0001), outlines a comprehensive CLIN (Contract Line Item Number) structure for physical, virtual, and non-capacity items, all designated as Firm-Fixed-Price (FFP) contracts. The physical capacity CLINs include general appliances, firewalls, load balancers, security equipment, routers, various switches, SDN, DNS, NPC, e-mail, virtualization platforms, VoIP equipment, and storage capabilities. Virtual capacity CLINs mirror these categories but for virtualized environments, adding virtual network management and cloud/automation. Non-capacity CLINs cover technical assistance, restitution, relocation, and infrastructure components. The document also details a surge CLIN for all base and option period CLINs, excluding a 6-month extension, which are cost-reimbursable (CR) not to exceed (NTE). The template further provides an extensive breakdown of specific items within each CLIN, such as various sizes and tiers (Gold, Silver, Bronze) of WAN acceleration appliances, firewalls (Layer 7, Network Stateful, Boundary, Data Center Premise), and their associated licenses, modules, and power distribution units, often differentiated by CONUS/OCONUS deployment.
CSCIII Draft RFP.pdf
PDF704 KBNov 25, 2025
AI Summary
This government solicitation, HC108426R0001, outlines a request for proposal (RFP) for Communications Capacity Services Contract III (CSC III). The contract includes a base period of five years and five one-year option periods, indicating a potential total duration of ten years and six months. Services will be inspected and accepted by the Government at the destination. The document details ordering procedures, including minimum and maximum order limitations of $100.00 and $150,000,000.00 respectively, and specifies that it is an indefinite-quantity contract. It incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering areas such as small business utilization, labor standards, government property, cybersecurity, and ethical conduct. Key clauses address contractor responsibilities regarding conflicts of interest, use of government-furnished computers, and procedures for submitting credits to DISA. The solicitation is set aside for small businesses, with a NAICS code of 541519 and a size standard of $34,000,000.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 25, 2025
deadlineResponse DeadlineDec 9, 2025
expiryArchive DateDec 24, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE INFORMATION SYSTEMS AGENCY (DISA)
Office
IT CONTRACTING DIVISION - PL84

Point of Contact

Name
Shaun Bright

Place of Performance

St James, Maryland, UNITED STATES

Official Sources