Draft RFP - Capacity Services Communications III
ID: HC108426R0001-DRAFTType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL84SCOTT AFB, IL, 62225-5406, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Lifecycle
    Title
    Type
    Presolicitation
    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.
    RFI: 2.5 GB, 5 GB, and 10 GB Commercial Circuit Intra SWA
    Buyer not available
    The Defense Information Systems Agency (DISA) is conducting a Request for Information (RFI) to gather insights on the availability of 2.5 GB, 5 GB, and 10 GB commercial circuits for Intra-Southwest Asia (SWA) services. This RFI aims to collect market research data to inform the Agency's strategies for fulfilling its telecommunications requirements outside the contiguous United States (OCONUS). The information gathered will be crucial for understanding the capabilities of potential providers in the wired telecommunications sector, particularly in satellite communications and telecom access services. Interested parties can reach out to Rachel Kern at rachel.e.kern.civ@mail.mil for further inquiries, noting that this RFI does not guarantee any future contract opportunities or funding commitments.
    AMEND 0001: Start a 10.709GB commercial circuit Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the establishment of a 10.709GB commercial circuit for Intra-Europe communications. This procurement is part of a combined synopsis/solicitation process, specifically identified as solicitation HC102125QA135, and is aimed at telecommunication providers who can meet the outlined service requirements. The selected contractor will be responsible for providing monthly recurring charges (MRC), non-recurring charges (NRC), and any applicable tier pricing for additional service months, with the evaluation based on the lowest price technically acceptable (LPTA) criteria. Interested vendors should direct inquiries to Karie Kapise or Chad DeVries via their provided email addresses, as this opportunity does not have a small business set-aside and is governed by the terms and conditions specified in the attached RFQ documentation.
    RFQ: Start a 200 MB commercial circuit Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the establishment of a 200 MB commercial circuit for intra-Europe communications. This procurement aims to secure telecommunication services that comply with specific commercial item terms and conditions, as outlined in the solicitation. The services are critical for enhancing communication capabilities within the Department of Defense's operational framework. Interested vendors must ensure they are registered under the appropriate NAICS code (517111) and submit their quotes, including pricing details, to the designated contacts, Brett Kaufman and Sarah Tyler, by the specified deadline. The evaluation will follow a lowest price technically acceptable (LPTA) source selection process.
    RFQ: Start a 200 MB commercial circuit Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the establishment of a 200 MB commercial circuit for intra-Europe communications. This procurement aims to secure telecommunications services that comply with specific commercial item terms and conditions, as outlined in the solicitation. The services are critical for enhancing communication capabilities within the defense sector, ensuring reliable and efficient connectivity. Interested vendors must provide their quotes, including pricing details, and are encouraged to contact Brett Kaufman or Sarah Tyler for further information, as this opportunity is restricted to entities registered under the relevant NAICS code (517111) and does not have a small business set-aside.
    RFI: 2.5 GB, 5 GB, and 10 GB Commercial Circuits Intra SWA
    Buyer not available
    The Defense Information Systems Agency (DISA) is conducting a Request for Information (RFI) to gather insights on the availability of 2.5 GB, 5 GB, and 10 GB commercial lease circuits for intra-Southwest Asia (SWA) operations. This RFI aims to collect market research data to inform strategies for fulfilling the Agency's telecommunications requirements outside the contiguous United States (OCONUS). The information gathered will be crucial for understanding the capabilities of potential service providers in the wired telecommunications sector, specifically for satellite communications and telecom access services. Interested parties are encouraged to reach out to Rachel Kern at rachel.e.kern.civ@mail.mil for further inquiries, noting that this RFI does not guarantee any future contract opportunities or funding commitments.
    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.
    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.
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN KS AND IL
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 10GB WAVE service between Kansas and Illinois. This procurement is classified as a controlled access requirement, and only entities with a DITCO Basic Agreement may access the solicitation documents, which include specific instructions for submission and evaluation criteria. The telecommunications services are critical for ensuring robust and reliable communication capabilities within the defense sector. Interested vendors must submit their quotes by the specified deadline, and for further inquiries, they can contact Kendal Richter or Kevin Knowles via their provided email addresses.
    RFQ: Start a 200 MB commercial lease Intra-Europe.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotes for a 200 MB commercial lease for intra-Europe telecommunications services. This procurement is aimed at acquiring essential telecommunications capabilities, specifically under the NAICS code 517111, which pertains to Wired Telecommunications Carriers. The solicitation is classified as a Combined Synopsis/Solicitation, and interested vendors must be registered under the appropriate NAICS code to access the detailed requirements and submit their quotes. 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. The evaluation will follow a lowest price technically acceptable (LPTA) process, and all submissions must include detailed pricing structures by the specified deadlines.