Capacity Services Communications III (CSC III)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Information Systems Agency (DISA) has issued a Request for Proposal (RFP) for Capacity Services Communications III (CSC III), seeking a dynamically scalable communications capability. This single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract will provide on-demand equipment and services for DISA's data centers and hybrid-cloud solutions. Proposals are due March 31, 2026, at 3:00 p.m. CDT.
Scope of Work
This opportunity covers hardware, operating software, storage, network management tools, automation tools, and technical services. Services include both Capacity Offerings (physical and virtual solutions for network components like firewalls, routers, switches, and load balancers) and Non-Capacity Offerings (technical assistance, OEM professional services, training, and infrastructure components). Support will extend to unclassified and TOP SECRET environments across multiple CONUS and OCONUS locations.
Contract Details
- Contract Type: Single-award Indefinite Delivery/Indefinite Quantity (IDIQ)
- Duration: 5-year base period with five one-year option periods (total 10 years)
- Set-Aside: Unrestricted (Not set-aside for small business concerns)
- NAICS Code: 541519
- Place of Performance: DISA Host and Compute Centers, SCCA Off-Prem Cloud Access Points, and Mission Partner sites worldwide.
Key Requirements & Performance
Contractors must provide a dynamically scalable communications capability with high availability (99.99% to 99.999%). Key requirements include:
- Security: SECRET facility and personnel clearances, U.S. citizenship for personnel, compliance with DoD 8140, and CMMC Level 2 (Self) certification prior to award. A Supply Chain Risk Management (SCRM) plan is required with the proposal.
- Technical: Adherence to DISA STIGs and Data Center configuration standards, including specific IT equipment rack and power accessory standards. Detailed technical requirements for hardware and software components are provided in PWS Appendix 5.
- Performance: Call order validation within one business day, hardware delivery within 30 days (CONUS) or 45 days (OCONUS).
- Government Furnished Property (GFP): Laptops and monitors will be provided.
Submission & Evaluation
Proposals will be evaluated using a best value tradeoff process, considering technical/management approach, small business participation, the SCRM plan, and price. Oral presentations are required. Offerors must use the provided Attachment 2 - CSC III Price Workbook (AMEND 02) for pricing, which now allows adding a worksheet tab for make and model information. A Small Business Participation Plan and a continuity plan for mission-essential services are also required. The contract will have a DO-A7 DPAS priority rating.
Contact Information
- Primary: Shaun Bright (shaun.m.bright.civ@mail.mil)
- Secondary: Tyme Sampson (tyme.m.sampson.civ@mail.mil)