HC108426R0004 Enterprise Service Solutions IV Managed Storage Service Draft Request for Proposal

SOL #: HC108426R0004Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Information Systems Agency (Disa)
IT CONTRACTING DIVISION - PL84
SCOTT AFB, IL, 62225-5406, United States

Place of Performance

St James, MD

NAICS

Other Computer Related Services (541519)

PSC

Support Services For Activities Involved With Application Development And Support To Include Analysis, Design, Development, Coding, Testing, And Release Packaging, As Well As Support Of Off The Shelf Business Applications. (DA01)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 16, 2025
2
Last Updated
Apr 1, 2026
3
Response Deadline
Jan 7, 2026, 9:00 PM

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 Managed and Scalable Storage Services under the Enterprise Storage Solutions IV (ESS IV) program. This is an Unrestricted combined synopsis/solicitation for a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. The primary objective is to provide adaptive, efficient, and secure storage management with utility-based billing for various CONUS and OCONUS locations. Proposals are due April 7, 2026, at 4:00 PM CST.

Scope of Work

The contract requires comprehensive managed storage services for all application workloads, including hardware, operating software, network management tools, technical services, and operational control. Key responsibilities include provisioning, delivery, installation, configuration, maintenance, and deinstallation of storage assets, along with hardware/software licensing, design, logistics, field maintenance, and systems engineering. Solutions must be scalable, dynamically adaptable to varying demands, and compatible with existing Government infrastructure. Specific requirements include high availability targets, Data at Rest (DAR) encryption, vendor-agnostic Storage Resource Management (SRM), and strict maintenance response times. All services are deemed mission-essential, requiring offerors to submit a plan for continuation.

Contract Details

  • Contract Type: Single-award Indefinite Delivery/Indefinite Quantity (ID/IQ), Firm-Fixed-Price (FFP) for services, Cost for Travel/Other Direct Costs (ODCs).
  • Period of Performance: A 5-year base period, with five 1-year option periods, and a potential 6-month extension.
  • NAICS Code: 541519 (Computer Systems Design Services), with a size standard of $34,000,000.
  • Place of Performance: Various Continental United States (CONUS) and Outside Continental United States (OCONUS) DISA locations.

Submission & Evaluation

Proposals are due April 7, 2026, at 4:00 PM CST. The procurement follows a multi-phased evaluation process: Phase I (Written Proposal), Phase II (Oral Presentation), and potentially Phase III (Proof of Concept). Award will be based on a Best Value Tradeoff (BVTO), where the Technical/Management Approach is more important than Price. Other evaluation factors include the Small Business Participation Plan (SBPP) and Supply Chain Risk Management (SCRM) Plan, both evaluated on an Acceptable/Unacceptable basis. Past Performance will not be evaluated. Small business prime offerors are not required to submit an SBPP. A draft SCRM Plan (20-page limit) is required with the proposal, with the final plan due 10 days post-award. Attachment 4 (Offeror Technical Specifications) is for technical, non-price review only. Appendix 9 (EPL Worksheet) and Attachment 15 (CDRLs) are not required with the proposal.

Important Notes

Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) is required prior to award. Personnel working on classified environments require SECRET clearance and SIPRNet access. A Non-Disclosure Agreement (NDA) will be required for contractor personnel. Government responses to industry questions have been provided in the updated Attachment 16.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
View
Version 8
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
View
Version 7
Combined Synopsis/Solicitation
Posted: Mar 18, 2026
View
Version 6
Combined Synopsis/Solicitation
Posted: Mar 2, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
View
Version 4
Pre-Solicitation
Posted: Dec 18, 2025
View
Version 3
Pre-Solicitation
Posted: Dec 18, 2025
View
Version 2Viewing
Pre-Solicitation
Posted: Dec 17, 2025
Version 1
Pre-Solicitation
Posted: Dec 16, 2025
View