Combined Solicitation/Synopsis: HC108426R0004 - Managed and Scalable Storage Services for Enterprise Storage Solutions IV
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 Department of Defense (DoD), specifically the Defense Information Systems Agency (DISA), has issued a Combined Solicitation/Synopsis (RFP HC108426R0004) for Managed and Scalable Storage Services for Enterprise Storage Solutions IV (ESS IV). This opportunity seeks a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for commercial products and services. The acquisition is Unrestricted. Proposals are due April 7, 2026, at 4:00 PM CST.
Scope of Work
DISA requires a managed storage service that provides scalable, on-demand storage capacity with utility-based billing. The scope encompasses comprehensive provision and maintenance of hardware, operating software, network management tools, technical services, and operational control for all application workloads. This includes design, logistics, field maintenance, and systems engineering services to ensure seamless, adaptive, and efficient storage management, meeting requirements for security, availability, scalability, and infrastructure modernization. Performance will occur in various CONUS and OCONUS locations. Key technical requirements include compatibility with Government processor and communication infrastructures, high availability targets (e.g., 99.9999% for Enterprise), and Data at Rest (DAR) encryption. A SECRET facility clearance is required, and relevant personnel need SECRET clearance and SIPRNet access.
Contract Details
- Contract Type: Single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) with Firm-Fixed-Price (FFP) for services and Cost for Travel/Other Direct Costs (ODCs).
- Period of Performance: A 5-year base period, followed by five 1-year option periods, and a potential 6-month extension.
- NAICS Code: 541519, with a size standard of $34,000,000.
- Set-Aside: Unrestricted.
- Place of Performance: Primarily St James, MD, but services will be delivered across various CONUS and OCONUS locations.
Submission & Evaluation
This is a phased procurement with a multi-phased proposal submission and evaluation process: Phase I (Written Proposal), Phase II (Oral Presentation), and potentially Phase III (Proof of Concept). Evaluation will be based on a Best Value Tradeoff (BVTO) process, where the Technical/Management Approach is more important than Price. Small Business Participation Plan (SBPP) and Supply Chain Risk Management (SCRM) Plan are also key evaluation factors. Offerors must submit a Draft SCRM Plan (20-page limit) with their proposal and a Final SCRM Plan post-award. A Small Business Participation Plan is required, and prime contractors must sponsor at least two Facility Clearances (FCLs) for small businesses during the first two years. Cybersecurity Maturity Model Certification (CMMC) Level II (Self) is required prior to award.
Key Dates & Amendments
The solicitation has undergone several amendments. Amendment 0003, posted March 25, 2026, provides Government responses to industry questions (Attachment 16) and revises the solicitation documents. It also allows for a final follow-up question period until March 30, 2026, at 4:00 PM CST. The proposal submission deadline remains April 7, 2026, at 4:00 PM CST, as established in Amendment 0002. Offerors must use the revised solicitation document (HC108426R0004 Amendment 0003 ESS IV) and acknowledge all amendments with their proposal.