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, specifically the Defense Information Systems Agency (DISA), has issued a Combined Synopsis/Solicitation (RFP HC108426R0004) for Managed and Scalable Storage Services for Enterprise Storage Solutions IV (ESS IV). This unrestricted opportunity seeks a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for utility-based, on-demand storage solutions. Proposals are due April 7, 2026, at 4:00 PM CST.
Scope of Work
DISA requires comprehensive managed storage services for all application workloads, encompassing necessary hardware, operating software, network management tools, technical services, and operational control. The scope includes provisioning and maintenance of all assets, licensing, design, logistics, field maintenance, and systems engineering. The primary objective is to provide a seamless, adaptive, and efficient storage management system that ensures security, availability, scalability, and modernization of DISA's storage infrastructure. All services required are deemed mission-essential.
Detailed requirements are provided for various data center storage environments, including:
- Operational Storage: Multi-tenant and single-tenant enterprise block storage, including asynchronous replication and SAN switching.
- NAS/Object Storage: Network Attached Storage and Object Storage solutions.
- Backup Storage: Backup and archiving solutions, including Mainframe Virtual Tape Systems (VTS).
- Growth: Scalable solutions to accommodate future storage and throughput increases.
Contract Details
- Contract Type: Single-Award Indefinite Delivery/Indefinite Quantity (ID/IQ)
- Pricing: Firm-Fixed-Price (FFP) for services, Cost for Travel/Other Direct Costs (ODCs). Utility-based billing model.
- Period of Performance: A 5-year base period, with five 1-year option periods, and a potential 6-month extension.
- Set-Aside: Unrestricted (Full and Open Competition).
- NAICS Code: 541519 (Other Computer Related Services) with a size standard of $34,000,000.
- Place of Performance: Various CONUS and OCONUS DISA locations, with capability for worldwide deployment. The primary listed location is St James, MD.
- Security: Requires SECRET facility clearance and personnel with SECRET clearance and SIPRNet access for classified environments. DD Form 254 specifies security requirements. CMMC Level 2 (Self) is required prior to award.
Submission & Evaluation
This is a phased procurement with a multi-phased proposal submission and evaluation process:
- Phase I: Written Proposals.
- Phase II: Oral Presentations.
- Phase III: Potential Proof of Concept (PoC) demonstration.
Evaluation will follow a Best Value Tradeoff (BVTO) process, considering Technical/Management Approach, Small Business Participation Plan (SBPP), Supply Chain Risk Management (SCRM) Plan, and Price. Technical/Management Approach is more important than Price. SBPP and SCRM plans are evaluated on an Acceptable/Unacceptable basis. Offerors must submit a Small Business Participation Plan with minimum quantitative requirements and commit to sponsoring at least two Facility Clearances (FCLs) for small businesses.
Key Dates & Contacts
- Proposal Due Date: April 7, 2026, at 4:00 PM CST.
- Questions & Answers: The original Q&A deadline was March 9, 2026. A future amendment will be issued to provide responses to timely questions and may officially extend the Q&A period.
- Primary Contact: Joe Santel (joseph.l.santel2.civ@mail.mil, 667-890-8490)
- Secondary Contact: Tricia L. Singler (tricia.l.singler.civ@mail.mil, 667-891-6097)
Additional Notes
Offerors must acknowledge receipt of all amendments. Personnel assigned to the contract will be required to sign a Non-Disclosure Agreement (NDA). Government Furnished Property (GFP) including laptops and monitors will be provided. Hewlett Packard Enterprise Company is the incumbent on the predecessor ESS III contract.