Defense Information Systems Network (DISN) Mission Support Office (MSO) Application Services and Ancillary Support
ID: HC102824C0004-U00009Type: 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 - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)
Timeline
    Description

    The Defense Information Systems Agency (DISA) intends to negotiate a sole source contract with Synergetic Information Systems, Inc. for the provision of application services and ancillary support within the Defense Information Systems Network (DISN) Mission Support Office (MSO). This contract aims to ensure continuity of mission-critical services for various IT projects associated with the Department of Defense (DoD), particularly during a period of transition following a protest related to existing transport services. The operational period for the proposed contract is set from February 3, 2024, to May 2, 2025, and interested companies may express their capabilities within 15 days of this notice; however, a competitive solicitation will not be issued due to the sole-source nature of the requirement. For further inquiries, interested parties can contact Shamra Y. Joiner at shamra.y.joiner.civ@mail.mil or Jason Day at jason.j.day.civ@mail.mil.

    Files
    Title
    Posted
    The Defense Information Systems Agency (DISA) plans to negotiate a sole source contract with Synergetic Information Systems, Inc. for support services within the Defense Information Systems Network (DISN) Mission Support Office. This contract aims to provide crucial service continuity for various IT projects connected to the Department of Defense (DoD) as a protest is under review regarding existing transport services. The justification for sole-source contracting, compliant with FAR regulations, cites Synergetic's unique capability, expertise, and understanding of DISA’s requirements, making them the only responsible source to prevent service disruption. The new contract is intended to extend support until a new Transport Services Strategic Advisory Support (TSSAS) contract is established, ensuring no loss of mission-critical services. The operational period for the proposed contract runs from February 3, 2024, to May 2, 2025. The document outlines specifics about contractor requirements, including personnel clearance and U.S. citizenship, emphasizing the high-security level of operations. Interested companies may express their capabilities within 15 days but a competitive solicitation will not be issued due to the sole-source nature of the requirement. The relevant NAICS code for this procurement is 541512, which pertains to IT services.
    Similar Opportunities
    DRRS Sustainment and Maintenance Sole Source J&A
    General Services Administration
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.
    Class J&A for Expiring CSA's
    Dept Of Defense
    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.
    Reaward a 3 MB Commercial Circuit Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotes for the re-award of a 3 MB Commercial Circuit Intra-Europe service. This procurement is aimed at telecommunications providers who can meet the specified requirements for commercial items, as outlined in the combined synopsis/solicitation notice. The service is crucial for maintaining effective communication and connectivity within the European theater, ensuring operational readiness and support for defense activities. Interested vendors must submit their quotes, which will be evaluated based on the lowest price technically acceptable (LPTA) criteria, and should direct inquiries to Karie Kapise or Sarah Tyler via their provided email addresses. The solicitation does not have a small business set-aside, and all submissions must comply with the specified terms and conditions.
    Internal Resource Management Application – Enterprise Resource Database Support
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole source contract for the Internal Resource Management Application – Enterprise Resource Database Support to Quality Management Systems, Inc. This procurement is aimed at continuing the services currently provided under Contract Number HQ0034-20-F-0091, which are set to conclude on January 18, 2026, and is justified under FAR 6.302-1(a)(2)(iii) due to the necessity of having only one responsible source to meet the agency's requirements. Interested parties should note that this is a Special Notice and not a Request for Proposal (RFP), and inquiries regarding the solicitation will not be entertained. For further information, contact Jacqueline Patierno at jacqueline.t.patierno.civ@mail.mil or Daniel Baskin at daniel.a.baskin.civ@mail.mil.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    Notice of Intent to Sole Source to Instant Technologies
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a Firm-Fixed-Price purchase order for the renewal of support and maintenance for Instant Technologies Team Sessions software. This procurement aims to secure one year of support for various Team Sessions components, including multiple enclaves and a plug-in, with a performance period from March 1, 2026, to February 28, 2027. The software is critical for facilitating communication and collaboration within the Navy's operational framework. Interested parties may submit capability statements or proposals by 2:00 p.m. EST on December 17, 2025, to Jessica Neves at jessica.l.neves.civ@us.navy.mil, as the government will consider responses to determine if a competitive procurement is warranted.
    Draft RFP - Enterprise Service Solutions IV
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry feedback on a draft Request for Proposal (RFP) for the Enterprise Service Solutions IV contract. This procurement aims to establish an indefinite delivery/indefinite quantity contract for managed storage services and on-demand storage solutions, addressing the need for a scalable storage system that can adapt to varying demands while ensuring cost flexibility and comprehensive maintenance of necessary assets. The contract will support both continental United States (CONUS) and outside continental United States (OCONUS) operations, emphasizing high availability, security, and interoperability with existing government infrastructure. Interested parties can direct inquiries to Tricia L. Singler at tricia.l.singler.civ@mail.mil or Joe Santel at joseph.l.santel2.civ@mail.mil, with no proposals accepted in response to this draft notice.
    Notice of Intent to Sole Source Department of Defense Enterprise Software Initiative (DoD ESI) for Oracle
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Center, Pacific (NIWC Pacific), intends to award a sole-source contract to Oracle America, Inc. for Oracle commercial products and services under Contract Number N66001-26-D-0020. This procurement aims to secure an indefinite delivery/indefinite quantity (IDIQ) agreement for Oracle software licenses, maintenance, hardware, support, and consulting services, which are critical for the operational needs of the entire DoD enterprise, the Intelligence Community, and the Coast Guard. The estimated value of this contract is approximately $7.13 billion, justified under 10 U.S.C. § 3204(c)(1) due to Oracle being the only responsible source, with a contract structure designed to provide significant discounts and efficiency. Interested parties may submit capability statements via SAM.gov by December 25, 2025, although the government retains discretion over the non-competitive decision, with an estimated award date set for January 2025. For further inquiries, contact Susan Chamberlin at susan.a.chamberlin.civ@us.navy.mil or call 717-377-0474.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB PT TO PT ETHERNET CONNECTION BETWEEN WASHINGTON, DC AND VA.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 1GB point-to-point Ethernet connection between Washington, DC, and Virginia. This procurement aims to enhance telecommunications capabilities, ensuring reliable and efficient network access for defense operations. The selected contractor will be responsible for delivering both recurring and non-recurring services, with specific pricing details outlined in the solicitation. Interested vendors should contact Shannon Scheffel at shannon.e.scheffel.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil for further information, as proposals are being requested with no formal written solicitation to follow.
    Defense Science Board (DSB) Summer Study Support Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking sole source support services for the Defense Science Board (DSB) Summer Study. This procurement involves a 10-month firm-fixed-price contract to provide professional analytical and administrative support services for the DSB and its Office while a re-compete is underway. The services are critical as they are currently available from only one responsible source, ensuring that the agency's specific needs are met without interruption. Interested parties can reach out to Nia Holloway at nia.m.holloway.civ@mail.mil or Eric Darby at eric.u.darby.civ@mail.mil for further inquiries, noting that this notice is not a request for proposals or quotes.