ContractCombined Synopsis/Solicitation

Capacity Services Communications III (CSC III)

DEPT OF DEFENSE HC108426R0001
Response Deadline
Mar 31, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Defense Information Systems Agency, within the Department of Defense, is seeking Capacity Services Communications III to provide a dynamically scalable, on-demand communications capability for its data center and hybrid-cloud infrastructure. The work covers hardware, operating software, storage, network management and automation tools, technical services, and related non-capacity support such as technical assistance, relocation, restitution, and infrastructure components. The requirement supports both unclassified and classified environments up to TOP SECRET, includes a program management office, a U.S.-based technical assistance center, a call order management system, and uses a best-value evaluation approach emphasizing technical/management factors, small business participation, price, and supply chain risk management. The closing date was extended to March 31, 2026 at 3:00 p.m. CDT, and Amendment 02 updates the pricing workbook to allow added worksheet tabs while requiring amendment acknowledgment.

Classification Codes

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

Solicitation Documents

26 Files
ATTACHMENT 3 - DD Form 254.pdf
PDF138 KBMar 25, 2026
AI Summary
The document is not a government file but rather an error message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This suggests that the original government file or document was not accessible for analysis.
ATTACHMENT 4 - Mission Essential Contractor Services.pdf
PDF123 KBMar 25, 2026
AI Summary
This document, Attachment 4 – Mission Essential Contractor Services, outlines the requirements for contractors to provide essential services to the Department of Defense (DoD) as per DFARS 252.237-7023 and 252.237-7024. All services specified in the Performance Work Statement (PWS) are designated as mission-essential functions. Contractors must submit a written plan detailing how they will ensure the continuation of these services. The document defines "essential contractor service" as support for vital DoD systems and operations, where interruption would seriously impair defense effectiveness. "Mission-essential functions" are organizational activities critical to achieving DoD missions, the failure of which would significantly impact the DoD's ability to provide vital services or exercise authority. The purpose is to ensure uninterrupted support for critical defense operations.
ATTACHMENT 2 - CSC III Price Workbook AMEND 02.xlsx
Excel603 KBMar 25, 2026
AI Summary
The Defense Information Systems Agency (DISA) Proposal Template, solicitation number HC108426R0001 for CSC III, outlines a comprehensive CLIN (Contract Line Item Number) structure for various IT infrastructure components and services. The document details both physical and virtual capacities across 13 main categories, including General Appliances, Firewalls, Load Balancers, Security, Routers, Non-SDN Switches, Software Defined Networking (SDN), Domain Name System (DNS), Network Packet Capture (NPC), E-Mail, Virtualization Platforms, Voice Over IP (VoIP) Equipment, and Storage Capabilities. Additionally, it includes non-capacity CLINs for Technical Assistance, Restitution, Relocation, and Infrastructure Components. Each category is further broken down into numerous sub-line items (SLINs) specifying different sizes (Small, Medium, Large, Extra Large, Enterprise), service levels (Gold, Silver, Bronze), and geographical applicability (CONUS, OCONUS), along with various modules, licenses, and accessories. The contract type for all listed items is Firm-Fixed-Price (FFP). The template also includes sections for total evaluated price and notes on surge CLINs, which are Cost Reimbursable (CR) Not to Exceed (NTE) and exclude a 6-month extension authorized per FAR 52.217-8.
HC108426R0001 AMEND 02.pdf
PDF430 KBMar 25, 2026
AI Summary
This amendment (HC108426R0001/0002) updates a solicitation, allowing offerors to add worksheet tabs to Attachment 2 – Pricing Workbook. This modification enables offerors to include proposed make and model information for each CLIN/SLIN without it counting toward page limitations specified in the RFP. The amendment was issued by DISA/DITCO-SCOTT-PS84 on March 25, 2026, and confirms that the offer due date is not extended. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
HC108426R0001 AMEND 01.pdf
PDF698 KBMar 25, 2026
AI Summary
This document is an amendment to Solicitation HC108426R0001, issued by DISA/DITCO-SCOTT-PS84, extending the closing date to March 31, 2026. Key updates include incorporating government answers to offeror questions, updating Attachment 2 and Exhibit A, and adding Attachments 10 and 11. The addendum to FAR 52.212-1 and 52.212-2 has also been updated. The solicitation outlines a best value tradeoff evaluation process focusing on technical/management approach, small business participation, price, and a Supply Chain Risk Management (SCRM) plan. Proposals require both oral and written components, with strict guidelines for submission, content, and formatting, including specific requirements for network design, integration, migration services, and a Call Order Management System (COMS). Offerors must also address organizational conflicts of interest and Section 508 accessibility standards. The government intends to award a single Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract.
ATTACHMENT 1 - Performance Work Statement_AMEND 01.docx
Word189 KBMar 25, 2026
AI Summary
The Performance Work Statement (PWS) outlines the requirements for the Capacity Services Communications III (CSC III) contract, managed by the Defense Information Systems Agency (DISA). The primary objective is to acquire reliable, responsive, and cost-effective communication infrastructure services, including hardware, software, and technical support, for both unclassified and classified environments up to TOP SECRET. The contractor must provide 'on-demand' communication capacity, offer various physical and virtual solutions (e.g., firewalls, routers, load balancers), and ensure integration with existing DISA networks. Key responsibilities include OEM support, technology refresh, and migration services. The PWS also details non-capacity offerings like technical assistance, infrastructure components, relocation, and restitution. The contractor must establish a Program Management Office (PMO), a U.S.-based Technical Assistance Center (TAC), and engineering support. A Call Order Management System (COMS) is required for ordering, tracking, and invoicing. The document specifies billing cycles, invoicing procedures, and meeting/reporting requirements, including monthly inventory, incident, and availability summaries, to ensure seamless communication infrastructure operations for DISA and its Mission Partners.
ATTACHMENT 2 - CSC III Price Workbook AMEND 01.xlsx
Excel603 KBMar 25, 2026
AI Summary
The Defense Information Systems Agency (DISA) proposal template (Solicitation Number HC108426R0001) for "CSC III" outlines a comprehensive CLIN (Contract Line Item Number) structure for various IT infrastructure components and services. The proposal is divided into sections for Physical Capacity, Virtual Capacity, and Non-Capacity items, all structured as Firm-Fixed-Price (FFP) contracts. Physical Capacity CLINs include general appliances, firewalls, load balancers, security, routers, switches (Non-SDN and SDN), DNS, network packet capture, e-mail, virtualization platforms, VoIP equipment, and storage capabilities. Virtual Capacity CLINs mirror these categories for virtualized environments, adding virtual network management, cloud and automation, and certificates. Non-Capacity CLINs cover technical assistance, restitution, relocation, and infrastructure components. The document also details an extensive breakdown of various hardware and software components, licenses, and modules within each CLIN, such as different sizes and tiers (Small, Medium, Large, Extra Large, Enterprise) and support levels (Gold, Silver, Bronze) for both CONUS and OCONUS deployments. There are also specific line items for various transceivers and cables (RJ45, Fiber). A note indicates that Surge CLINs for all base and option period CLINs (excluding the 6-month extension) will be Cost Reimbursable (CR) Not to Exceed (NTE). The template includes placeholders for pricing across five base years, five option years, and a six-month extension period.
ATTACHMENT 10 - GFP Attachment AMEND 01.xlsx
Excel2200 KBMar 25, 2026
AI Summary
The provided document is a consolidated Government Furnished Property (GFP) Attachment Version 2.0, detailing items for a DoD Contract (FAR) solicitation. The solicitation, identified with PIID HC108426R0001, is dated March 17, 2025. It lists two primary items: 25 laptops (NSN 702100D002712) each costing $1000.00, and 25 monitors (NSN 702500D002678) each costing $750.00. Both items are non-serially managed and are not to be used as-is. The document specifies required fields for item descriptions, including quantity, unit of measure, and acquisition cost, and outlines conditional requirements for manufacturer CAGE, part number, duration, time unit, and delivery event fields. This attachment serves as a critical component of the procurement instrument, outlining the government-furnished property to be supplied under the contract.
ATTACHMENT 11 - DISA Mission Partner OCONUS Countries and Territories AMEND 01.docx
Word15 KBMar 25, 2026
AI Summary
This document,
ATTACHMENT 12 - CSC III Questions and Answers AMEND 01.docx
Word49 KBMar 25, 2026
AI Summary
This government file addresses 40 questions and responses related to a federal Request for Proposal (RFP), covering various aspects from CMMC Level 2 certification requirements and proposal submission guidelines to pricing structures, technical specifications, and compliance mandates. Key clarifications include the necessity of CMMC Level 2 certification prior to award, placement of specific DFARS responses in Volume V, and email submission size limits. The document details how offerors should interpret and propose solutions for SLINs, emphasizing that products must meet technical requirements in PWS Appendix 5, with example products serving only as guides. It also clarifies pricing for travel, emerging tech, and restitution SLINs, which will often be priced on a call order basis or marked as “n/a” in the price workbook. Other important points cover page count exclusions for cover pages and cross-reference matrices, font size guidelines, and the due date for the SCRM Plan. The file also clarifies government expectations regarding contractor-owned equipment deployment, purchase options, and liability for lost items. Furthermore, it addresses subcontractor certification changes, Section 508 compliance, and updates to NIST SP 800-53 references. The government also confirms a DO-A7 DPAS rating will apply and provides a list of countries for DISA mission partners.
PWS_Appendix 1 - Comm Equipment Inventory.xlsx
Excel18 KBMar 25, 2026
AI Summary
The provided document is a comprehensive list of network hardware and security appliances, likely representing an inventory or a proposed procurement list for a government entity. It details various manufacturers and their respective product types and models. Key manufacturers include Cisco, offering a wide range of products such as matrix switches, AAA appliances, email appliances, email security, firewalls, routers, SDN controllers, SSL VPN appliances, and various switches. F5 specializes in load balancers and related virtual machine guests. Gigamon provides matrix switches and taps. Infoblox focuses on DNS appliances. Juniper supplies firewalls, routers, and switches. Other notable manufacturers and their products include APCON (Matrix Switch), Forward Networks (Analysis Server/Appliance), Lantronix (Remote Console), Microchip/Microsemi (Time Server), NetScout (Analysis Server/Appliance), Palo Alto (Firewall, Firewall Management, Security Appliance), and RSA (RSA Auth Manager). The document serves to outline the specific hardware and models in use or under consideration, which is crucial for IT infrastructure planning, upgrades, or for responding to RFPs related to network and cybersecurity equipment.
PWS_Appendix 2 - 27-02 - IT Equipment Rack Standard.docx
Word60 KBMar 25, 2026
AI Summary
This document outlines the minimum technical specifications for IT equipment enclosures (racks) to be deployed at Defense Information Systems Agency (DISA) datacenters. It defines stringent electrical and mechanical characteristics, along with installation, replacement, delivery, storage, handling, and warranty requirements. Key specifications include a 42U rack height, powder-coated black finish, specific panel designs (solid metal sides, perforated metal doors), 19-inch adjustable rack mount rails, and integrated cable management. Racks must meet static load capacities of 3,000 lbs and rolling loads of 2,250 lbs, with seismic event resistance for zones I-IV. External dimensions are specified for DISA Standard Racks (24 inches wide, 42-48 inches deep, 79 inches high) and COM Racks (30 inches wide, 42-48 inches deep, 79 inches high). Products must be standard, commercially available for at least two years, and from a single manufacturer for similar equipment. Installation requirements cover rack placement, aisle widths (hot aisles at least 48 inches, cold aisles at least 72 inches), airflow, and grounding. A 5-year onsite parts and labor warranty is mandatory.
PWS_Appendix 3 - 26-05 - Power Accessories for IT Racks.docx
Word42 KBMar 25, 2026
AI Summary
This document, DISA Facilities Engineering Circular Attachment 26-05, outlines the minimum technical specifications for power accessories permitted in IT equipment racks at Defense Information Systems Agency (DISA) datacenters. It covers requirements for rack-mounted metered power distribution units (MPDUs) and automatic transfer switches (ATSs, permitted only in legacy equipment). MPDUs must be vertically installed, provide monitored and metered output with alarms for overload, be Zero U, and have specific voltage and current requirements. ATSs require NEMA 1 enclosures, specific voltage and output ampacity, rapid load transfer capabilities, rack mounting (1U-2U), and comprehensive local and remote monitoring via SNMP. The document also details requirements for standard product availability, installation practices (ensuring proper airflow and cable management), operations and maintenance manuals, inspection and testing procedures, replacement parts availability, and delivery/storage protocols. A 2-year onsite manufacturer warranty covering parts, labor, and travel is mandatory.
PWS_Appendix 4 - Technical Assistance Support.docx
Word29 KBMar 25, 2026
AI Summary
This document,
PWS_Appendix 5 - PWS Technical Requirements.xlsx
Excel221 KBMar 25, 2026
AI Summary
This government file details a comprehensive list of physical and virtual network appliances, modules, licenses, and associated requirements for federal, state, and local RFPs. It is structured into categories: General Appliances, Firewalls, and Load Balancers. Each category specifies various tiers (Small, Medium, Large, Extra Large, Enterprise) for appliances, along with detailed minimum performance features, throughputs, session capacities, interface speeds, and supported protocols (IPv4, IPv6, BGP, OSPF). The document also includes licensing options, example products, and requirements for advanced functionalities such as threat prevention, SSL capabilities, multi-tenancy, high availability, and remote management. Emerging technology requirements are noted to be project-specific.
PWS_Appendix 6 - Non Disclosure Agreement.docx
Word35 KBMar 25, 2026
AI Summary
This Non-Disclosure Agreement (NDA) for contractor personnel working with the Defense Information Systems Agency (DISA) outlines strict confidentiality obligations for individuals who may access sensitive or proprietary information. Signatories agree not to disclose various categories of protected information, including planning, programming, and budgeting system data; contractor bid or proposal information; Freedom of Information Act-exempt data (e.g., trade secrets, proprietary, or financial information); personally-identifiable information; protected health information; and other sensitive
PWS_Appendix 7 - Travel Authorization Form.pdf
PDF337 KBMar 25, 2026
AI Summary
The provided document is a Travel Authorization Request (TAR) Form, designed for federal government site support travel. It details various cost components related to official travel, including airfare, per diem, lodging, rental car, gas, parking, mileage, and registration fees. The form requires information such as the traveler's name, destination, travel dates, and purpose of the trip. It also includes sections for requesting authority, local task supervisor, and COR approval, with a note for justifying additional expenses. The document outlines calculations for per diem, lodging, and total travel costs, emphasizing adherence to government-approved rates and providing a link for GSA per diem rates. This form serves as a standardized tool for estimating and approving travel expenses within government contracts and task orders.
ATTACHMENT 2 - CSC III Price Workbook.xlsx
Excel613 KBMar 25, 2026
AI Summary
The Defense Information Systems Agency (DISA) Proposal Template, solicitation number HC108426R0001 for CSC III, outlines a comprehensive CLIN (Contract Line Item Number) structure for various IT infrastructure components and services. The document details both physical and virtual capacities across 13 main CLINs, including General Appliances, Firewalls, Load Balancers, Security, Routers, Switches (Non-SDN and SDN), DNS, Network Packet Capture, E-Mail, Virtualization Platforms, VoIP Equipment, and Storage Capabilities. Additionally, it specifies non-capacity CLINs for Technical Assistance, Restitution, Relocation, and Infrastructure Components. Each CLIN further breaks down into numerous sub-line items with specific descriptions, often differentiating between CONUS (Continental United States) and OCONUS (Outside Continental United States) delivery, and various service levels (Gold, Silver, Bronze), sizes (Small, Medium, Large, Extra Large), and technical specifications (e.g., 1G, 10G, 40G, 100G fiber). The template also includes sections for pricing across five base years and five option years, plus a 6-month extension, with a note on surge CLINs being Cost Reimbursable (CR) Not to Exceed (NTE). The file serves as a detailed framework for contractors to propose solutions for DISA's extensive network and security infrastructure needs.
ATTACHMENT 5 - QASP.docx
Word52 KBMar 25, 2026
AI Summary
This Quality Assurance Surveillance Plan (QASP) for the Capacity Services Communications III (CSC III) contract outlines methods for evaluating contractor performance. Its purpose is to detail what will be monitored, how, by whom, and how results will be documented. The QASP emphasizes the contractor's responsibility for quality control while ensuring objective government evaluation. It is a dynamic document, subject to revisions. Key roles include the Program/Project Manager, Contracting Officer (KO), and Contracting Officer's Representative (COR), with the COR primarily responsible for continuous technical oversight and performance documentation using the QASP. The primary surveillance method is periodic inspection across ten tasks, supplemented by 100% inspection, random sampling, and customer input. Performance standards, acceptable quality levels (AQLs) ranging from 99.99% to 99.999%, and calculation methods are defined for areas like call order validation and equipment availability. Performance is documented through Performance Assessment Reports (PARs) for acceptable work and Corrective Action Reports (CARs) for unacceptable performance. The document also addresses mandatory compliance items and uses CPARS-aligned ratings (Exceptional to Unsatisfactory) for evaluation.
ATTACHMENT 6 -Small Business Participation Plan Template.docx
Word37 KBMar 25, 2026
AI Summary
The Small Business Participation Plan Template (HC108426R0001 Attachment 6) outlines requirements for prime offerors to detail their commitment to small business utilization in federal government RFPs. It mandates offerors categorize their business size, propose dollar and percentage allocations for prime contractors and large/small business subcontractors, with a total evaluated price of $953,000,000. The plan specifies minimum quantitative requirements for various small business categories (SB, SDB, WOSB, HUBZone, SDVOSB) and requires detailed explanations if these goals are not met. Offerors must list principal services performed by small businesses, including task areas, complexity levels, and the dollar amounts, along with the nature of commitment (enforceable or unenforceable). The document also requires a description of how the offeror will maximize small business participation, focusing on first-tier subcontracts, and outlines specific actions for outreach and engagement. Supporting documentation like teaming agreements is essential.
ATTACHMENT 7 - DISA Subcontracting Plan Review Checklist.docx
Word41 KBMar 25, 2026
AI Summary
The DISA Subcontracting Plan Checklist, Attachment 7, outlines the mandatory requirements for offerors in federal contracting, specifically concerning subcontracting with various small business categories. It details sections for contractor information, contract value, and performance periods, emphasizing the need to establish subcontracting goals for small businesses, small disadvantaged businesses, women-owned small businesses, HUBZone small businesses, veteran-owned small businesses, and service-disabled veteran-owned small businesses. The checklist also requires a description of the types of supplies and services to be subcontracted, the methodology for goal development, and efforts to identify potential small business sources. Furthermore, it mandates information on the subcontracting program administrator, assurances for equitable opportunities, adherence to subcontract flow-down clauses, cooperation with government studies, and submission of periodic reports via the Electronic Subcontracting Reporting System (eSRS). It also specifies record-keeping requirements for compliance, outreach efforts, and justification for not awarding to small businesses. Finally, the checklist includes assurances regarding good faith efforts in subcontracting, explanations for failures to meet commitments, and timely payment to small business subcontractors, particularly if the contract includes options.
ATTACHMENT 8 - FAQ.docx
Word25 KBMar 25, 2026
AI Summary
This document addresses frequently asked questions regarding the CSCIII (Customized Strategic Sourcing Initiative III) Request for Proposal (RFP), clarifying various aspects for potential offerors. Key clarifications include the requirement for prime contractors to sponsor small businesses for facility site clearances (FCL) within the first two years of performance, excluding small businesses that already possess an FCL. Oral presentations are mandatory and integrated with the technical proposal, with no separate submission or down-selection process. All proposal volumes, including technical and management approaches, are due simultaneously. Contractor employees require a Secret security clearance for accessing classified systems, with government escort provided for higher-classified environments. The RFP emphasizes compatibility with existing DISA solutions and equipment outlined in PWS Appendix 1. Managed Solutions are a new capability for CSC III. The transition period aligns with the end of the CSC II contract (April 14, 2028). Pricing for non-capacity labor SLINs should be listed as Firm Fixed Price (FFP) hourly rates, with program management overhead factored into service SLINs. Evaluation quantities for labor are based on historical data and represent estimates, with CONUS (Continental United States) locations prioritized for evaluation. The government does not specify commercial cloud providers, allowing offerors to demonstrate connectivity using any provider. All applicable DISA STIGs (Security Technical Implementation Guides) and DISA data center configuration standards apply. SCI access eligibility is not required, and Secret clearances are only mandatory for employees accessing classified government systems at the start of the contract.
ATTACHMENT 9 - Solicitation Question and Answer Template.docx
Word44 KBMar 25, 2026
AI Summary
The document, titled "ATTACHMENT 9 - SOLICITATION QUESTIONS AND ANSWERS TEMPLATE," is a standard template for managing questions and answers during a government solicitation process. This template is designed to streamline communication between the government entity issuing a solicitation (such as an RFP or grant) and prospective bidders or applicants. It provides a structured format for referencing questions, posing the question, and recording the official government response. This ensures clarity, transparency, and fairness by documenting all inquiries and their corresponding answers, which is crucial for maintaining an equitable and well-understood procurement or grant application process.
HC108426R0001 - CSCIII RFP.pdf
PDF1165 KBMar 25, 2026
AI Summary
This government solicitation (HC108426R0001) is an Indefinite Quantity contract for CSC III services, spanning a base period of five years and five one-year option periods. The solicitation, issued on February 18, 2026, with an offer due date of March 20, 2026, at 3:00 PM, is a Small Business set-aside under NAICS code 541519 with a size standard of $34,000,000. Performance will be in accordance with the Performance Work Statement (PWS) and Price Workbook, with inspection and acceptance at destination by the Government. The contract outlines specific clauses for ordering, order limitations, and indefinite quantity, as well as options to extend services and the contract term. It also includes comprehensive clauses on cybersecurity, contractor ethics, essential contractor services, and property management, emphasizing the precedence of DISA's contract terms over vendor agreements.
Exhibit A - DD1423 CDRLs_CSCIII.pdf
PDF72 KBMar 25, 2026
AI Summary
The document is not a government file but rather a message indicating that the user's PDF viewer is unable to display the document's content. It provides instructions to upgrade to the latest version of Adobe Reader and offers links for further assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is a technical message to the user, not a government document or an RFP, federal grant, or state/local RFP.
ATTACHMENT 1 - Performance Work Statement.docx
Word190 KBMar 25, 2026
AI Summary
This Performance Work Statement (PWS) outlines the Defense Information Systems Agency's (DISA) requirement for Capacity Services Communications III (CSC III). The contract seeks to obtain reliable, responsive, and cost-effective communication infrastructure services, including hardware, operating software, storage, and network management tools, for both unclassified and classified environments up to TOP SECRET. Key tasks include providing on-demand communication capacity, technical assistance, program and project management, and establishing an effective call order management system. The contractor must also manage technology refreshes, provide OEM support with specific service tiers, and adhere to strict reporting and meeting requirements. The PWS details responsibilities for both the contractor and the Government, along with specific performance requirements for services, equipment, and locations across CONUS and OCONUS.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 18, 2026
amendedAmendment #1· Description UpdatedFeb 18, 2026
amendedAmendment #2· Description UpdatedMar 18, 2026
amendedLatest Amendment· Description UpdatedMar 25, 2026
deadlineResponse DeadlineMar 31, 2026
expiryArchive DateApr 15, 2026

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