Integrated Defense Enterprise Acquisition System (IDEAS) Tier 2/Tier 3 Support
ID: HC101325R0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)TELECOMMUNICATIONS DIVISION- HC1013SCOTT AFB, IL, 62225-5406, USA

NAICS

Computer Systems Design Services (541512)

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 soliciting proposals for Integrated Defense Enterprise Acquisition System (IDEAS) Tier 2/Tier 3 Support. This procurement aims to provide comprehensive software development, testing, integration, and production support for the IDEAS platform, which is critical for managing contract writing systems and ensuring compliance with DoD standards. The selected contractor will be responsible for agile software development, system integrations, and delivering detailed documentation and reports, supporting approximately 500 contracting users globally. Proposals are due by December 1, 2025, and interested parties should direct inquiries to Dean L. Cravens at dean.l.cravens.civ@mail.mil or Hayden K. Mickelson at hayden.k.mickelson.civ@mail.mil.

    Files
    Title
    Posted
    This Quality Assurance Surveillance Plan (QASP) for the Integrated Defense Enterprise Acquisition System (IDEAS) – Tier 2 / Tier 3 Support contract (HC1013-25-R-0008) outlines the government's method for evaluating contractor performance. It details what will be monitored, how, by whom, and how results will be documented. The QASP emphasizes the contractor's responsibility for quality control while the government maintains objectivity in evaluation. It is a living document, subject to revisions. Roles and responsibilities are defined for the Program/Project Manager, Contracting Officer (KO), and Contracting Officer's Representative (COR), with the COR using the QASP as a primary tool for oversight and documenting performance. Surveillance methods include 100% inspection, random sampling, and periodic inspection, guided by a Surveillance Matrix detailing performance objectives, standards, and acceptable quality levels (AQLs). Performance documentation includes Performance Assessment Reports (PARs) for acceptable performance and Corrective Action Reports (CARs) for unacceptable performance, which may impact payments or overall performance ratings. The document also outlines mandatory compliance items and a performance rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) aligned with CPAR ratings.
    The Quality Assurance Surveillance Plan (QASP) for Contract HC1013-25-R-0008, Integrated Defense Enterprise Acquisition System (IDEAS) – Tier 2 / Tier 3 Support, outlines the government's method for evaluating contractor performance. It details what will be monitored, how, by whom, and how results will be documented. Key roles include the Program/Project Manager, Contracting Officer (KO), and Contracting Officer’s Representative (COR), with the COR being primarily responsible for oversight and documentation using the QASP. Surveillance methods include 100% inspection, random sampling, and periodic inspection, guided by a Surveillance Matrix (Appendix 1) that defines performance objectives, standards, acceptable quality levels (AQLs), and evaluation methodologies. The document also describes procedures for documenting acceptable and unacceptable performance, including the use of Performance Assessment Reports (PARs) and Corrective Action Reports (CARs). Performance ratings, consistent with CPARs, range from Exceptional to Unsatisfactory, with specific criteria for each. Mandatory compliance items like combating trafficking in persons and whistleblower rights are also addressed. The QASP is a "living document" subject to revision to ensure its validity and enforceability.
    The Defense Information Systems Agency (DISA) Proposal Template provides detailed guidance for offerors responding to solicitations, specifically HC101325R0008, for Integrated Defense Enterprise Acquisition System (IDEAS) Tier 2/Tier 3 Support. The template outlines requirements for completing the CLIN Summary and corresponding sheets, emphasizing accuracy, traceability of pricing, and compliance with federal regulations. Offerors must include all formulas, provide detailed information as instructed in the RFP/RFQ, and refrain from including pricing notes. The document details CLINs for various services, including fixed-price labor, travel, materials, and a surge CLIN, across a base period and four option periods, plus a 6-month extension for evaluation. It also includes sections for proposing fixed-price labor rates for prime and subcontracting labor across multiple years and periods.
    The Defense Information Systems Agency (DISA) Proposal Template provides comprehensive guidance for Offerors to submit proposals, particularly for federal government RFPs. It emphasizes strict compliance with federal regulations and accurate financial reporting, requiring detailed cost breakdowns from initial proposed details to the CLIN Summary. Offerors must ensure all calculations are correct, with costs from additional tabs rolling up to appropriate sheets. The template outlines specific requirements such as completing the CLIN Summary and corresponding sheets, including all formulas, and providing detailed information as instructed in the RFP/RFQ. It explicitly prohibits pricing notes within the template but allows for additional rows, columns, or tabs as needed. The document also details the CLIN structure, including fixed-price, cost-reimbursable, and labor hour contract types across base and option periods, with specific notes on surge CLINs and optional extensions. Furthermore, it includes sections for detailing fixed-price labor, labor rates, and other direct costs, underscoring the need for traceability between proposed prices and source information.
    The provided document indicates that the content of the file could not be displayed and advises the user to upgrade their PDF viewer to the latest version of Adobe Reader for Windows, Mac, or Linux. It also provides links for further assistance with Adobe Reader. The message clarifies that the issue is related to the user's PDF viewer's inability to display the document type, rather than an issue with the document itself. It is a technical advisory for accessing the full content of a government file, likely an RFP or grant document, that could not be rendered.
    The document acts as a placeholder or an error message for a PDF viewer that is unable to display the content of a government file, likely an RFP, federal grant, or state/local RFP. It advises the user to upgrade their Adobe Reader to the latest version for Windows, Mac, or Linux by visiting specific Adobe download or assistance links. The message also includes trademark information for Windows, Mac, and Linux. Essentially, the document itself is not the content of the government file but rather instructions on how to access the intended content, indicating a technical issue in displaying the original document.
    This government document, Attachment 4, details a solicitation for Government Furnished Property (GFP), specifically 25 laptops with accessories, under a DoD Contract (FAR) with PIID HC1013-25-R-0008. The contracting officer is Dean L. Cravens. The attachment date is July 14, 2025. The solicitation outlines requirements for non-serially managed items, including item name, description, quantity (10-25), unit of measure (Each), acquisition cost, and a "use as-is" condition. The document emphasizes required fields for item records and specifies that if duration, time unit, or delivery event are populated, all three must be completed. This document serves as a standard format for detailing GFP in government contracts, ensuring clarity and compliance in procurement.
    This government file, Attachment Number 4, details a Solicitation for Government Furnished Property (GFP), specifically a DoD Contract (FAR) identified as HC101325R0008, with an attachment date of July 14, 2025. The contracting officer is Chad M. Obermiller. The solicitation includes a request for 10-25 "Each" of laptops with accessories (power cords and mice), classified as non-serially managed property. The document also outlines the required fields for item descriptions, including NSN, MFR CAGE, Part Number, Model Number, Unit of Measure, Unit Acquisition Cost, Use As-Is status, Delivery Date, Duration, Time Unit, and Delivery Event, with specific requirements for populating these fields. It also lists sections for Serially Managed and Requisitioned Items, though these sections are left blank in the provided document, suggesting they are placeholders for additional items. The document emphasizes the importance of providing either "Mfr CAGE" or "Part Number" when one is entered, and the necessity of populating "Duration," "Time Unit," and "Delivery Event" together if any one is filled.
    The Past Performance Questionnaire (HC101325R0008) is a government evaluation form designed to assess a contractor's performance on federal contracts, specifically for IDEAS Tier 2/Tier 3 support. The questionnaire is structured into four sections: Contract Identification, Evaluator and Agency Identification, Past Performance Questions/Evaluation, and Return of Completed Form. It gathers detailed information on contract specifics such as cost, type, period of performance, and service description. The evaluation section covers key performance areas including technical performance, program management, transition/phase-in, employee staff and retention, and cost performance. Evaluators are asked to provide Yes/No responses with explanations for
    The Past Performance Questionnaire (HC101325R0008) is a comprehensive evaluation tool for assessing contractor performance on federal contracts, specifically for IDEAS Tier 2/Tier 3 support. The document is structured into four sections, covering contract identification, evaluator and agency details, past performance evaluation, and submission instructions. It collects information on contract specifics like cost, type, period of performance, and a description of services provided. The evaluation section delves into critical aspects such as technical performance, program management, transition/phase-in, employee staffing and retention, and cost performance. Each area includes specific questions requiring a
    This document, Attachment 6 (Small Business Participation Plan Template) for RFP HC101325R0008, outlines the requirements for offerors to detail their commitment to small business participation in federal government contracts. It mandates the reporting of proposed dollars and percentages of work allocated to the prime contractor, large business subcontractors, and various small business categories (SB, SDB, WOSB, SDVOSB, HUBZone). Offerors must provide detailed explanations if proposed percentages fall short of Minimum Quantitative Requirements (MQRs) or if zero goals are proposed. The plan also requires a list of principal services performed by small businesses, including complexity levels (low, medium, high), and the nature of commitment (e.g., joint venture, teaming arrangement), with a focus on enforceable agreements. Furthermore, it details how offerors intend to maximize small business utilization, including outreach efforts and a mandatory commitment to sponsor at least two facility site clearances (FCLs) for small businesses during the first year of performance, reflecting DISA's focus on removing barriers for small businesses.
    The Small Business Participation Plan Template (HC101325R0008 Attachment 6) is a critical component for federal government RFPs, outlining requirements for prime contractors to maximize small business involvement. It mandates reporting proposed dollar and percentage allocations for prime contractors, large business subcontractors, and various small business categories (SB, SDB, WOSB, SDVOSB, HUBZone). Offerors must meet Minimum Quantitative Requirements (MQRs) for small business participation, providing detailed explanations if goals are not met. The plan also requires a list of principal services performed by small businesses, including task area, complexity (low, medium, high), and commitment type. Furthermore, offerors must describe strategies for maximizing small business utilization and commit to sponsoring at least two facility site clearances (FCLs) for small businesses during the base year to remove barriers to entry.
    The DISA Subcontracting Plan Checklist, updated January 2025, outlines the requirements for offerors regarding subcontracting plans for solicitation HC101325R008-IDEAS Tier 2/Tier 3 Support. It details necessary information such as contractor name, solicitation number, total contract price, and period of performance. The checklist mandates specific percentages and dollar amounts for subcontracting with various small business categories (Small, Small Disadvantaged, Women-Owned, HUBZone, Veteran-Owned, and Service-Disabled Veteran-Owned) across base and option periods. Additionally, it requires statements on subcontracted supplies/services, goal development methods, source identification, indirect cost inclusion, program administration, efforts to ensure equitable opportunities, and assurances regarding compliance with FAR clauses. The document also specifies record-keeping requirements, good faith efforts for subcontractor utilization, and timely payment assurances. Plans are rated 'Acceptable' or 'Unacceptable' based on compliance with FAR 19.704 and 52.219-9, with review by PSD Contracting Officer, DISA Office of Small Business Programs, and SBA (PCR).
    The DISA Subcontracting Plan Checklist, effective January 2025, is a crucial document for offerors submitting proposals for federal contracts, specifically the HC101325R008-IDEAS Tier 2/Tier 3 Support solicitation. It outlines the mandatory elements of a subcontracting plan, ensuring compliance with FAR 52.219-9(d) and DFARS 219.705-4(d). The checklist requires offerors to provide detailed subcontracting goals for various small business categories (Small Business, Small Disadvantaged Business, Women-Owned Small Business, HUBZone Small Business, Veteran-Owned Small Business, and Service-Disabled Veteran-Owned Small Business) across base and option periods. It also mandates descriptions of subcontracted supplies/services, goal development methods, potential source identification, indirect cost inclusion, program administration, and efforts to ensure equitable opportunities for small businesses. Furthermore, the plan requires assurances regarding the flow-down of subcontracting clauses, submission of reports via eSRS, maintenance of comprehensive records, good faith efforts in subcontracting, explanations for non-compliance, and timely payments to small business subcontractors. The document also includes a rating system for evaluating plans as
    This government file addresses questions and answers related to a Request for Proposal (RFP) for IDEAS O&M and NG software support. Key issues include clarifying the technology stack for the DI server, incumbent contractor details, backlog statistics, and deliverable descriptions for various reports. The RFP also addresses questions about the IDEAS ISSO role, executive summary submission, and place of performance. Significant discussion revolves around key personnel requirements, transition-in phase support, and ensuring alignment with the Appian Acquisition Accreditation Partner Program. The document also covers proposed migrations from Oracle WebLogic to Apache Tomcat, updates to task titles to reflect the current IDEAS O&M and NG deployment status, de-customization support, and clarification on cloud hosting requirements (DoD IL-4 and FedRAMP). The government has provided responses, revising the PWS and CLIN Pricing Worksheet accordingly, and clarifying that specific requirements and evaluation criteria will not be changed.
    The document compiles questions and government responses regarding an RFP for the DISA IDEAS program, covering both O&M and the upcoming NG solution. Key areas addressed include the technology stack for the DI server, contractor staffing, current incumbent details, and backlog statistics. Questions also clarify deliverable descriptions, roles like the IDEAS ISSO, and submission guidelines for proposals. The government provides updates on PWS sections, confirms the removal of key personnel requirements, and specifies evaluation factors. There are also discussions on hosting solutions, environment complexities, and the need for clear baselines for software and production support to ensure accurate vendor responses and pricing.
    The document, HC101325R0008 ATTACHMENT 8 - QUESTION TEMPLATE, is an official form for companies to submit questions or comments regarding a government solicitation. It is designed to facilitate clear communication between potential bidders and the issuing agency by providing a structured format for inquiries. The template includes fields for "Company Name," "Question #," "Questions / Comments," and "RFP Reference," allowing for specific questions to be linked to relevant sections of the Request for Proposal. This attachment is crucial for ensuring that all parties have a clear understanding of the RFP requirements and for addressing any ambiguities before the submission of proposals.
    The document "HC101325R0008 ATTACHMENT 8 - QUESTION TEMPLATE" is a standard template for submitting questions or comments regarding a government solicitation, likely an RFP. Designed for official use only, it provides a structured format for prospective bidders to pose inquiries, referencing specific sections of the RFP to ensure clarity and facilitate responses from the issuing agency. The template includes fields for company name, question number, the question/comment itself, and the relevant RFP reference. This streamlined approach helps manage and track all communications during the proposal phase, ensuring all interested parties have an opportunity to seek clarification on the requirements or terms of the solicitation.
    The Quality Assurance Surveillance Plan (QASP) for contract HC1013-25-R-0008 outlines a systematic approach to evaluate contractor performance for the Integrated Defense Enterprise Acquisition System (IDEAS) Tier 2/Tier 3 Support. The QASP defines what will be monitored, how monitoring will occur, who will conduct monitoring, and how results will be documented, emphasizing that the contractor is responsible for quality management. Key personnel include the Program/Project Manager, Contracting Officer, and Contracting Officer’s Representative (COR), each with specific roles in overseeing performance. The primary surveillance methods include 100 percent inspection, random sampling, and periodic inspection. A Surveillance Matrix specifies performance objectives and standards, while performance ratings range from Exceptional to Unsatisfactory. The document also details how to document both acceptable and unacceptable performance through reports, corrective action protocols, and compliance assessments. Overall, the QASP serves distinct programs within government RFP frameworks, aiming to ensure that contractors meet quality and performance standards throughout the contract term. Regular updates and adherence to regulatory compliance are emphasized to maintain the efficacy and enforceability of the QASP.
    The Defense Information Systems Agency (DISA) has provided a proposal template that outlines the framework for submitting a response to a federal Request for Proposal (RFP). The template serves as a guideline for Offerors to ensure compliance with federal regulations while offering specific details regarding cost and pricing structures within their proposals. Key instructions include the completion of the Contract Line Item Number (CLIN) Summary, detailing all costs, including fixed-price labor rates, option periods, and travel expenses. The Offeror is responsible for linking all numbers for traceability and ensuring accuracy in calculations. Notes emphasize the importance of providing necessary documentation, clearly indicating optional tasks and surge pricing, and the methodology for presenting labor rates across multiple years. The document is structured to facilitate clear communication between the government and bidders, ensuring transparency in pricing evaluations and adherence to federal acquisition standards. Overall, the template aims to streamline the proposal process and enhance the clarity and reliability of submitted bids, aligning with the government's objectives for effective procurement.
    The document currently cannot be displayed as it appears to be a technical issue with the PDF viewer. As a result, it does not contain any usable content related to federal government RFPs, grants, or state/local contracts. Without access to the actual details of the file, including its main topic, key ideas, or structure, a summary cannot be effectively generated. To proceed, one would need to access the correct document format or content that outlines the request for proposals (RFPs) or grants involved. This context would typically include objectives, eligibility criteria, funding opportunities, timelines, and application processes relevant to governmental contracting and grant funding activities. Until the specific content is available, no further analysis or summary can be performed.
    This government document provides details regarding the procurement of government-furnished property, focusing on a solicitation for custodial services. It is associated with a Department of Defense (DoD) contract and includes contact information for the contracting officer, Chad M. Obermiller. The file specifies an attachment regarding government property management, emphasizing non-serially managed and serially managed property. The document lists requisitioned items, notably laptops with accessories, confirming a quantity of 10-25 units to be acquired as-is. Key information includes item descriptions and requirements for manufacturer details, unit of measure, and acquisition cost. Specific guidelines for documenting requirements for requisitioned items are also outlined. This summary underscores the main purpose of the document, which is to facilitate the procurement process and ensure compliance with federal regulations related to government property management. The structured nature of the document, with multiple sections devoted to item details and contract management, reflects the standard practices in federal contracting and procurement procedures.
    The Past Performance Questionnaire is a critical evaluation tool used by federal agencies to assess a contractor's performance on contracts. The document includes sections for contract identification, evaluator and agency details, and past performance assessment. Key aspects evaluated include technical performance, program management, resource transition, employee staffing and retention, and cost management. Evaluators respond to specific performance criteria with 'Yes' or 'No' answers and provide explanations when necessary. The overall evaluation assigns a performance level ranging from Exceptional to Unsatisfactory, allowing agencies to gauge contractor reliability. By completing this questionnaire, agencies aim to ensure effective contractor selection for future projects, contributing to improved outcomes in federal, state, and local procurement initiatives. Completed forms must be returned to designated agency contacts.
    The Small Business Participation Plan Template included in RFP HC101325R0008 outlines requirements for prime contractors to engage small businesses in federal contracts. It emphasizes the need to specify the size and categorization of the prime offeror, detailing financial commitments and work distributions among prime contractors, large, and small business subcontractors. Key components include mandatory percentages of work allocated to various small business categories—such as Small Disadvantaged Businesses (SDB), Women-Owned Small Businesses (WOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB)—with defined benchmarks for participation. The document also necessitates a detailed description of planned subcontracting arrangements, including the complexity of tasks assigned to small businesses, categorized as low, medium, or high. Prime contractors are required to propose initiatives to maximize small business inclusion, including outreach plans and the commitment to sponsor facility site clearances for small businesses. A written guarantee for sponsorship of at least two clearances during the first contract year is essential. The plan aims to decrease obstacles for small businesses and ensure they effectively contribute to federal projects, aligning with governmental support for socioeconomic diversity within federal contracting. Overall, the document is structured to facilitate small business participation while ensuring compliance with established goals.
    The DISA Subcontracting Plan Checklist outlines the requirements for offerors to fulfill when submitting subcontracting plans for federal contracts. The document emphasizes the need for prime contractors to provide detailed information regarding their subcontracting efforts with small businesses, including categories such as Women-Owned Small Businesses (WOSB) and Veteran-Owned Small Businesses (VOSB). It specifies percentages and dollar amounts for expected subcontracting, encouraging a commitment to including diverse business types throughout the contract's duration. Key elements include defining subcontracting goals, describing the methods for achieving those goals, and ensuring that subcontractors adhere to relevant regulations. Additionally, the checklist mandates that offerors maintain accurate records of their outreach efforts and compliance while assuring timely payments to small business subcontractors. The plan aims to promote equitable opportunities for small businesses in federal contracts. The checklist concludes with evaluations of whether subcontracting plans meet the outlined conditions and provides a rating system to assess compliance. This document plays a vital role in enhancing opportunities for small businesses within government solicitations and grants.
    The document is an attachment for a government Request for Proposals (RFP), specifically identified as HC101325R0008. It is designed as a question template to facilitate inquiries from potential bidders or contractors. The structured format includes a section for the company name and a series of numbered slots for questions or comments related to the RFP, alongside reference numbers for clarity. There are eleven designated slots indicating an open invitation for clarifications or further information about the proposal process. This document serves to enhance transparency and communication between the issuing government entity and potential applicants, ensuring that all parties have the opportunity to seek clarification before submitting their proposals. The presence of a question template indicates a proactive approach to engage stakeholders, addressing possible uncertainties regarding the RFP requirements in a methodical manner.
    This document outlines the Request for Proposal (RFP) for the Integrated Defense Enterprise Acquisition System (IDEAS) Tier 2 and Tier 3 Support, issued by the Defense Information Systems Agency (DISA). The primary objective is to develop a modernized acquisition solution for telecommunications and IT contracting, ensuring consistent procurement practices across the Department of Defense. The contractor will provide software development, system integration, operational support, and training, while complying with Defense Procurement regulations. Key tasks include managing the task order, software support, production assistance, system administration, and cybersecurity inclusive of Risk Management Framework (RMF) adherence. An agile Scrum methodology is employed to manage software projects, emphasizing efficiency in responding to government requirements and user needs. The contractor is expected to deliver various technical documents and reports, including project plans, release documentation, and operational manuals, ensuring all outputs are aligned with DISA's strategic goals and compliance standards. Stakeholder engagement, timely reporting, and adaptability to evolving requirements are critical to the success of this contract.
    This government solicitation amendment, HC101325R0008 0004, modifies an RFP for Integrated Defense Enterprise Acquisition System (IDEAS) Tier 2/Tier 3 Support. Its primary purpose is to correct errors in the Performance Work Statement (PWS) Section 10 regarding the Period of Performance and in the Instructions to Offerors Volume II concerning Small Business Factor Minimum Quantitative Requirements (MQRs) percentages. The document outlines detailed proposal submission instructions, including organization into multiple volumes (Technical/Management, Small Business Factor, Price, Contract Documentation, Past Performance, and Executive Summary), communication protocols, and evaluation criteria. It emphasizes strict adherence to page limits, electronic submission guidelines, and detailed financial breakdowns. Key requirements include demonstrating Appian partnership, facility security clearance, and a robust small business participation plan with specific MQRs (Small Business: 22%, Small Disadvantaged Businesses: 5%, Woman-Owned Small Business: 5%, Service Disabled Veteran Owned SB: 5%, HUBZone: 3%). The amendment also details the scope of work for IDEAS, covering software development, integration, production support, and reporting capabilities within DISA's environment. It mandates specific methodologies like Agile Scrum, continuous software updates, and comprehensive reporting. Importantly, the amendment requires prime contractors to sponsor at least two Facility Security Clearances (FCLs) for small businesses in the first year to remove barriers to entry. This comprehensive update ensures clarity and compliance for all offerors responding to the RFP.
    This document is an amendment to Solicitation HC101325R0008, modifying the request for proposals for the Integrated Defense Enterprise Acquisition System (IDEAS) – Tier 2/Tier 3 Support. Key changes include updating Section L (Instructions to Offerors), adding Volume VI (Executive Summary instructions), distributing contractor questions and government responses, revising the Performance Work Statement (PWS), and extending the offer due date to November 6, 2025. The solicitation outlines detailed instructions for proposal submission, including requirements for technical/management approach, small business participation, pricing, contract documentation, and past performance. It emphasizes the need for comprehensive proposals, adherence to page limits, and compliance with various federal regulations and standards. The PWS details the scope of work, including software development, testing, integration, production support for IDEAS, and the Data Integration Layer, utilizing an agile Scrum methodology. Offerors must also address Organizational and Consultant Conflicts of Interest (OCCI) and Section 508 Accessibility Standards. The government anticipates awarding without discussions and permits Contractor Team Arrangements (CTAs).
    The Defense Information Systems Agency (DISA) Procurement Services Directorate (PSD) is soliciting proposals for Integrated Defense Enterprise Acquisition System (IDEAS) – Tier 2 / Tier 3 Support. This Request for Proposal (RFP) outlines the requirement for comprehensive software development, testing, integration, and production support for IDEAS, DISA’s contract writing system. Key objectives include implementing new system capabilities, resolving software issues, ensuring high availability of IDEAS applications, and responding to user problems. The contractor will provide remote Tier 2 and 3 technical support to a global user base, modernize and sustain existing applications, system integrations, and reporting capabilities, and manage various task areas including software support, production support, system administration, and cybersecurity. Deliverables include project plans, release documentation, security plans, and various reports, all managed under an agile Scrum development methodology.
    This amendment modifies solicitation HC101325R0008, updating the response date to October 15, 2025. It details revised evaluation factors, including a two-phase assessment. Phase 1 evaluates Appian Acquisition Accreditation Partner Program membership and Facility Clearance Level on an acceptable/unacceptable basis. Phase 2 focuses on Technical/Management Approach (IDEAS Next Generation, DI Server Support, Software Development, Management/Staffing) and Price, with Technical/Management being more important. Small Business Participation and Past Performance in Small Business Utilization are also critical evaluation factors, with specific quantitative requirements and confidence ratings. The document also provides instructions for proposal submission, including contact information for the Contracting Officer and Contract Specialist, page limitations, and guidelines for electronic submissions. Oral presentations are required for Phase I acceptable offerors, and the government anticipates awarding one contract based on a best-value tradeoff without initial discussions.
    This government document, Amendment 0002 to Solicitation HC101325R0008, serves to officially extend the response date and time for offers. The original response deadline of October 15, 2025, at 12:00 PM has been updated to October 29, 2025, at 12:00 PM. This amendment modifies Block 8 of the solicitation and requires offerors to acknowledge receipt through specified methods to ensure their offer is considered valid. This administrative change is issued by DISA/DITCO-SCOTT to provide additional time for contractors to submit their proposals for the referenced solicitation.
    This amendment to solicitation HC101325R0008, effective November 5, 2025, updates the proposal due date from November 6, 2025, to November 20, 2025. It primarily renumbers PWS (Performance Work Statement) task references and corresponding CLIN (Contract Line Item Number) descriptions from 6.5 to 6.6, 6.6 to 6.7, 6.7 to 6.8, and 6.8 to 6.9 across all base and option years. The document details the evaluation factors for award, emphasizing a best-value tradeoff process without initial discussions, and outlines Phase 1 (Acceptable/Unacceptable for Appian Partner Program and Facility Clearance Level) and Phase 2 (Technical/Management Approach and Price) evaluations. Small Business Participation and Past Performance in Small Business Utilization are also key factors, with specific quantitative requirements and confidence ratings. The amendment also provides detailed instructions for proposal submission, including volume organization, page limits, and requirements for pricing, ODCs, and surge support.
    This government Request for Proposal (RFP) outlines the need for comprehensive support for the Integrated Defense Enterprise Acquisition System (IDEAS) and its Data Integration (DI) Layer. The Defense Information Systems Agency (DISA) requires solution definition, software development, testing, integration, and production support for IDEAS-O&M and IDEAS-Next Generation (NG). Key objectives include modernizing contract writing systems, improving data sharing, reducing operational costs, and ensuring compliance with DoD standards. The contractor will provide agile Scrum-based software development, troubleshoot production issues, manage system integrations with various financial and procurement systems, and deliver detailed documentation and reports. This RFP emphasizes continuous improvement, adherence to security protocols, and efficient management of the IDEAS platform, which supports approximately 500 contracting users worldwide.
    This document is Amendment 0006 to Solicitation HC101325R0008, issued by DISA/DITCO-SCOTT, effective November 14, 2025. Its primary purpose is to update and clarify various aspects of the original solicitation. Key changes include updating PWS Task references in Attachment 2 (CLIN Pricing Worksheet) and revising the Contracting Officer POC in Attachments 4 (Government Furnished Property) and 5 (Past Performance Questionnaire). Additionally, clean copies of all eight attachments have been posted to SAM.gov. Most importantly, the proposal due date has been extended from November 20, 2025, to December 1, 2025, at 12:00 PM. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
    The document details a Justification for Other Than Full and Open Competition (OTFAOC) regarding a procurement action for the Integrated Defense Enterprise Acquisition System (IDEAS) by the Defense Information System Agency (DISA). The contract, estimated to support Tier 2 and Tier 3 activities for telecommunications contracting, will be awarded to a sole source, specifically Appian Corporation or certified Appian partners, due to their unique capability to enhance and maintain the Appian-built IDEAS platform. The contract will have a base period of one year with four optional renewal years, funded through Operations & Maintenance. The necessity of using Appian arises from its proprietary Business Process Management (BPM) software, which serves as the foundation for IDEAS, and the specialized expertise required to integrate this system across multiple governmental operations. Historical procurement efforts indicate past challenges in sourcing, leading to prior non-competitive awards to Appian. The document concludes that awarding the contract to another vendor would risk significant negative impacts on DISA’s operational efficiency and financial investments, emphasizing the critical role of Appian in achieving modernization goals within the telecommunications procurement process.
    Similar Opportunities
    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.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    PROVIDE, INSTALL, AND MAINTAIN AN INTERNET SERVICE WITH A MINIMUM OF 10 MEGABIT UP AND DOWNLOAD SPEEDS IN PHILADELPHIA, PA
    Dept Of Defense
    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.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Digital Engineering Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole-source Firm Fixed Price contract for Digital Engineering Services to Dassault Systemes (DS). The procurement aims to secure comprehensive support for the 3D Experience (3DX) application, which includes configuring, customizing, training, and providing full-time equivalent support, essential for advancing digital engineering initiatives and leveraging existing software licenses. The 3DX application serves as a critical product lifecycle management tool that integrates various supporting applications, with a performance period extending from July 2022 to September 2025, funded by RDT&E resources. Interested parties can reach out to Kevin Daigle, Contract Specialist, at kevin.daigle.3@us.af.mil or Melissa Hobley, Contracting Officer, at melissa.hobley@us.af.mil for further inquiries.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.
    Defense Information Systems Agency (DISA) Commercial Solutions Opening (CSO) - Other Transactions for Prototype Projects
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is inviting proposals for its Commercial Solutions Opening (CSO) HC108425S0001, aimed at fostering innovative commercial technologies through prototype projects. This initiative seeks to partner with both traditional and nontraditional defense contractors, as well as nonprofit organizations, to enhance defense capabilities while bypassing standard Federal Acquisition Regulations under the authority of 10 U.S.C. § 4022. The CSO outlines a three-phase evaluation process that includes submitting Solution Briefs, participating in Pitch sessions, and submitting full proposals for selected candidates, emphasizing technical merit and innovation aligned with specific Areas of Interest (AOIs). Interested parties can reach out to the DITCO OTA Mailbox at disa.scott.ditco.mbx.ps84-other-transaction-authority@mail.mil for further information, noting that awards will depend on available funding and may lead to follow-on production contracts for successful prototypes.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is crucial for improving decision-making and operational efficiency in military healthcare, with a total contract value of $34 million and a performance period from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via email, and proposals must be submitted electronically by January 9, 2026.
    NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO
    Dept Of Defense
    The Defense Intelligence Agency (DIA) is soliciting innovative ideas through its NEEDIPEDIA - Commercial Solutions Opening (CSO) under solicitation number HHM402-23-SC-0002. This opportunity invites participation from a diverse range of sources, including large and small businesses, independent consultants, and academic institutions, to enhance the agency's operational efficiency and technological capabilities in support of its national and international mission requirements. The submission process requires a two-page white paper that includes a coversheet, an executive summary addressing key questions, and identification of a relevant Need Area, with submissions due to the designated email address. For further inquiries, interested parties can contact Il Jun Yun at iljun.yun@dodiis.mil or 703-735-6430, or reach out to the general questions email at ideas2action@dodiis.mil.