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) is soliciting proposals for Capacity Services Communications III (CSC III), an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to provide dynamically scalable communications capabilities and on-demand services. This unrestricted acquisition seeks solutions for DISA's data centers and hybrid-cloud environments. Proposals are due March 31, 2026, at 3:00 p.m. CDT.
Opportunity Overview
DISA requires reliable, responsive, and cost-effective communication infrastructure services, including hardware, operating software, storage, network management tools, automation tools, and technical services. The scope covers both unclassified and classified (up to TOP SECRET) environments across multiple CONUS and OCONUS locations worldwide. Key tasks include providing Capacity Offerings (on-demand physical and virtual solutions), Non-Capacity Offerings (technical assistance, OEM professional services, training, relocation), and comprehensive Program and Project Management. Performance standards mandate high availability (99.99% to 99.999%), rapid call order validation, and timely hardware delivery.
Contract Details
This is a single-award ID/IQ contract with a 5-year base period and five one-year option periods, totaling 10 years. The NAICS code is 541519 (Other Computer Related Services) with a size standard of $34,000,000. Place of performance includes DISA Host and Compute Centers, SCCA Off-Prem Cloud Access Points, and Mission Partner sites globally. Government Furnished Property (GFP) such as laptops and monitors will be provided.
Key Requirements & Compliance
Offerors must possess CMMC Level 2 (Self) certification prior to award. The contract requires SECRET facility clearance and SECRET personnel clearances for all U.S. citizen employees, with compliance to DoD 8140 for cyberspace workforce qualifications. A Supply Chain Risk Management (SCRM) plan is required with the proposal. Bidders must also submit a continuity plan for mission-essential services and adhere to DISA STIGs and data center configuration standards. Small business participation is an evaluation factor, and prime contractors are expected to sponsor at least one small business for facility site clearances during the first two years.
Submission & Evaluation
Proposals will be evaluated based on a best value tradeoff, considering technical/management approach, small business participation, the SCRM plan, and price. Oral presentations are required. Pricing must be submitted using the provided workbook, detailing costs for physical, virtual, and non-capacity CLINs.
Contact Information
Primary Point of Contact: Shaun Bright (shaun.m.bright.civ@mail.mil). Secondary Point of Contact: Tyme Sampson (tyme.m.sampson.civ@mail.mil).