Defense Information Systems Agency (DISA) - Sources Sought Notice for Capacity Services Communications
ID: 842470494Type: Sources Sought
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)
Timeline
    Description

    The Defense Information Systems Agency (DISA) is seeking potential sources for its Communication Services Capacity III (CSC III) initiative, aimed at enhancing communication capabilities across various Department of Defense applications. The procurement focuses on scalable communication solutions that ensure high availability rates (99.95% to 99.999%) and includes requirements for project management, technical assistance, and compliance with strict security protocols. This ten-year contract will cover both domestic and international DISA locations, and interested vendors must demonstrate relevant experience and possess Secret Facility Clearances. Responses are due by March 14, 2025, and should include detailed capabilities statements to facilitate future procurement efforts. For inquiries, contact Shaun Bright at shaun.m.bright.civ@mail.mil or Jeremy Markusic at jeremy.d.markusic.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the performance requirements for a government contract focused on enhancing communication capacity and technical support for the Defense Information Systems Agency (DISA). Key tasks include providing on-demand communication services, complying with technical requirements for installation, power redundancy, remote diagnostics, and OEM support. Contractors must ensure their solutions are compatible with existing DISA infrastructure and provide flexibility for emerging technologies. The contract includes a structured capacity offerings framework, specifying physical and virtual solutions categorized by service line item numbers (SLINs). Additionally, the contractor is responsible for project management, technical assistance, and training staff, while employing strict security protocols for personnel and facilities, given the sensitive nature of the work. The billing process requires monthly invoicing, with clear guidelines for order management and contract transitions. Overall, this document reflects the government's intent to streamline and enhance DISA's communication capabilities through robust contractor engagement and oversight.
    The document outlines a federal government's Request for Proposals (RFPs) focused on acquiring advanced networking and cybersecurity appliances and licenses. It categorizes various technological requirements into sections for physical and virtual appliances, including general appliances such as firewalls, routers, load balancers, and security devices, as well as virtual counterparts. Each appliance category specifies minimum feature requirements and describes product tiers ranging from small to enterprise-level capabilities, emphasizing performance metrics such as throughput and session handling. Key categories include: 1. **Physical Appliances**: Devices for network acceleration, compliance, and management. 2. **Virtual Appliances**: Scalable versions of physical appliances, supporting cloud integration and automation. 3. **Firewalls and Load Balancers**: Including advanced filtering and threat detection capabilities, categorized by size and performance. 4. **Application Delivery Controllers**: Requirements include traffic management, redundancy, security features, and interoperability options. This document serves as a comprehensive guideline for potential vendors to understand government needs for robust, scalable, and secure networking solutions, aimed at enhancing operational efficiency and cybersecurity resilience in federal and local government initiatives.
    The Defense Information Systems Agency (DISA) is conducting a Sources Sought Notice to identify potential sources capable of providing capacity services for the J-9 Infrastructure & Sustainment program, specifically the Communication Services Capacity III (CSC III) initiative. The aim is to develop a solution that enhances DISA’s ability to deliver timely and cost-effective communications services across various Department of Defense applications, while maintaining a high availability rate (99.95% to 99.999%). The contract will span a ten-year lifecycle, with services covering both domestic and international DISA locations. Respondents must demonstrate experience in scalable communications solutions, maintenance services, and the ability to support global operations. Companies submitting proposals must have Secret Facility Clearances and be U.S. citizens. The agency is particularly focused on engaging both small and large businesses, including disadvantaged and woman-owned enterprises, to ensure diverse participation. Responses must be submitted by March 14, 2025, including detailed capabilities statements to assess the potential for a future procurement effort.
    Similar Opportunities
    PROVIDE, INSTALL, AND MAINTAIN A 10GB WAVE SERVICE BETWEEN CAMP #3 WILLOW BLDG, ROOM 203, 14900 PARK CENTRAL ROAD, THURMONT, MD AND BLDG SITE R, ROOM 3N48B, 450 HARBAUGH VALLEY ROAD, BLUE RIDGE SUMMIT, PA
    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 wavelength service between two specific locations: Camp 3 Willow Building in Thurmont, MD, and Building Site R in Blue Ridge Summit, PA. The contract requires detailed compliance with technical specifications, including maintaining 99.5% service availability and ensuring physical separation from existing circuits, with a service delivery deadline set for July 16, 2025. This telecommunications service is critical for enhancing communication capabilities within military operations, emphasizing the government's commitment to robust infrastructure. Interested vendors must submit their proposals by March 18, 2025, and can direct inquiries to Jennifer Voss or Angelina Hutson via email at jennifer.n.voss.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    PROVIDE, INSTALL AND MAINTAIN A TDM PRI AS DYNAMIC IP WITH PRI HANDOFF / ETHERNET PRI (E-PRI).
    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 TDM PRI as dynamic IP with PRI handoff/Ethernet PRI at a designated location in Highfield, MD. The contract requires the contractor to maintain a lead number for the circuit, reserve a block of 500 numbers, and ensure proper configuration, including the setup of Long Distance PIC code while adhering to federal regulations regarding telecommunications equipment and services. This procurement is critical for ensuring reliable telecommunications services, which are essential for operational efficiency within the agency. Interested vendors must submit their quotes by March 31, 2025, and can direct inquiries to Shawn Arentsen or Amanda Romanitis via email for further clarification on the requirements.
    PROVIDE, INSTALL, AND MAINTAIN A 1GB DEDICATED SERVICE ON THE IQO BULLETIN BOARD,BETWEEN:(BLDG) 200; (RM) LAN; (FL) 5TH; 200 12TH STREET SOUTH;ARLINGTON, VA 22202/CCI B. (BLDG) 201; (RM) LAN; 6TH FL; 201 12TH STREET SOUTH;ARLINGTON, VA, 22202/CCI
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking contractors to provide, install, and maintain a 1GB dedicated telecommunications service between specified buildings in Arlington, VA. The procurement requires compliance with federal regulations and technical requirements, including adherence to testing and acceptance protocols, with a service start date set for June 18, 2025. This service is critical for ensuring secure and reliable communications within the agency, emphasizing the importance of national security in telecommunications. Interested contractors must submit their quotes, which should include detailed technical performance metrics and firm-fixed pricing, by March 18, 2025, at 4:00 PM CT. For further inquiries, potential bidders can contact Benjamin Sparlin or Angelina Hutson via email at benjamin.r.sparlin.civ@mail.mil and angelina.hutson.civ@mail.mil, respectively.
    PROVIDE, INSTALL, AND MAINTAIN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) LEASE BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FLOOR; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND PENTAGON, ROOM BC771, 6607 ARMY PENTAGON, WASHINGTON DC 20310.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) lease between Arlington Hall Station in Arlington, VA, and the Pentagon in Washington, DC. The procurement aims to enhance secure telecommunications capabilities, requiring compliance with specific technical standards, including operational uptime of 99.5% or better and a one-hour response time for repairs. This opportunity is critical for ensuring reliable communication infrastructure for government operations. Interested contractors must submit their detailed quotes by March 27, 2025, and can direct inquiries to Kendal Richter at Kendal.k.richter.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further clarification.
    RFI for DISA D-ESInet system
    Buyer not available
    The Defense Information Systems Agency (DISA) of the Department of Defense is seeking industry insights through a Request for Information (RFI) for the development of the Department of Defense Emergency Services Internet Protocol Network (D-ESInet). The objective is to gather information on capabilities for creating a secure and reliable network that will facilitate emergency services communications within the DoD, with plans for an Initial Operational Capability (IOC) in the continental U.S. and a Full Operational Capability (FOC) extending globally. This initiative is critical for enhancing emergency service operations and requires responses that detail design, implementation, and sustainability strategies, including capability statements and rough cost estimates. Interested parties must submit their responses electronically by February 28, 2025, and should direct inquiries to Tricia L. Singler at tricia.l.single.civ@mail.mil or Kari Wuebbles at kari.r.wuebbles.civ@mail.mil.
    PROVIDE A QUOTE TO PROVIDE, INSTALL, MAINTAIN A 1.544MB COMMERCIAL BUSINESS LINE WITH 4 PRIS AT BLDG. 1705, ROOM 144A, 1732D DAHLGREN RD, DAHLGREN, VA, 22448-5100, US. RETAIN ALL EXISTING DID'S.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1.544MB commercial business line with four Primary Rate Interface (PRI) lines at Building 1705, Room 144A, Dahlgren, VA. Contractors are required to retain existing Direct Inward Dialing (DID) numbers while adhering to updated technical specifications, including a shift from a T-1 TDM PRI circuit to an E-PRI circuit. This telecommunications service is critical for ensuring effective communication within the Department of Defense, and contractors must submit detailed quotes that address all technical requirements and comply with procurement standards. The deadline for quote submissions has been extended to March 21, 2025, with services expected to commence by July 21, 2025. Interested parties can reach out to Maxwell Jones at maxwell.s.jones.civ@mail.mil or Dale Rupright at dale.l.rupright.civ@mail.mil for further information.
    PROVIDE, INSTALL, AND MAINTAIN A 64KB COMMERCIAL BUSINESS LINE (CBL) SERVICE AND ONE OF TWO ANALOG TELEPHONE LINES THAT SUPPORT SITE ALARM SYSTEMS AT THE DOD CENTER, BLDG 400, RM 1220, 400 GIGLING ROAD, SEASIDE, CA 93955.
    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 64KB Commercial Business Line service and two analog telephone lines to support site alarm systems at the DOD Center located in Seaside, California. The primary objective of this procurement is to ensure reliable telecommunications services that comply with national security standards and meet specific technical requirements, with a requested service commencement date of July 22, 2025. This contract is critical for maintaining effective communication and operational security at the facility. Interested contractors must submit their quotes via the Integrated Defense Enterprise Acquisition System (IDEAS) by March 24, 2025, at 4:00 PM America/Chicago, and are encouraged to communicate with designated contacts Maxwell Jones and Dale Rupright for further clarification on the proposal requirements.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT LEASED (10GB) WAVE DISA IE1 BACKBONE TRUNK BTWN: CAMP #3 WILLOW BLDG, ROOM 203, 14900 PARK CENTRAL ROAD, THURMONT, MD AND BLDG 308, ROOM 203, 5450 CARLISLE PIKE, MECHANICSBURG, PA
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of an unprotected transparent leased 10GB wave trunk service between specific locations in Thurmont, MD, and Mechanicsburg, PA. Contractors are required to comply with stringent technical specifications, including total physical separation from related circuits, adherence to testing and acceptance protocols, and the provision of technical drawings for government records, with a service delivery deadline set for July 16, 2025. This procurement is critical for ensuring reliable telecommunications infrastructure that supports operational efficiency across military facilities. Interested vendors should direct inquiries to Jennifer Voss or Angelina Hutson via email for further details and clarification on proposal submissions.
    (10GB) WAVE DISA IE1 BACKBONE TRUNK BETWEEN THE DISA IE1 PROVIDED ODXC SWITCH BLDG 23, RM 113, 3990 E. BROAD ST; COLUMBUS, OH. AND DISA IE1 PROVIDED MSPP SWITCH BLDG 62, RM 153 TELCOM SWITCH, 780 E. VANATTI CIRCLE, HULMAN ANGB; TERRE HAUTE, IN.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), has announced the cancellation of the Request for Proposal (RFP) HC101323QA190-0001, which sought contractors for the installation and maintenance of a 10GB backbone trunk service connecting two locations in Ohio and Indiana. The procurement aimed to establish a non-protected, transparent leased wave fiber trunk service between specified DISA IE1 switches, with contractors required to meet detailed installation and testing requirements. This service is critical for enhancing telecommunications infrastructure and ensuring reliable connectivity for defense operations. Interested contractors should note that the new compliance service date has been revised to May 1, 2024, and are encouraged to reach out to the primary contact, Tammy Basson, at TAMMY.A.BASSON.CIV@MAIL.MIL, or secondary contact, Robert Spencer, at robert.e.spencer.civ@mail.mil, for further information.
    PROVIDE, INSTALL, AND MAINTAIN AN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) LEASE BETWEEN ARLINGTON HALL STATION 1; 122, SECOND FLOOR; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND BLDG 2310, ROOM 130, 8575 JOHN J KINGMAN ROAD, FT BELVOIR,
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) lease between two government locations in Virginia. The contract requires vendors to meet stringent technical specifications, including a continuous operational availability of at least 99.5%, rapid troubleshooting with a one-hour response time, and successful completion of a 72-hour end-to-end test adhering to ANSI standards. This procurement is crucial for enhancing telecommunications infrastructure to support national operations, ensuring reliable and effective communication services. Interested contractors must submit their quotes by the specified deadline, ensuring compliance with all outlined requirements, and can direct inquiries to Kendal Richter or Kevin Knowles via email for further clarification.