Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 04/29/2025
Response Date: 05/05/2025
Archive Date: 05/20/2025
More Opportunities
Solicitation Number:
HC104725R0005
Primary NAICS:
541511 - Custom Computer Programming Services
Notice Type:
Solicitation
Location:
Annapolis Maryland 21402 USA
Set Aside:
SBA
The Defense Information Systems Agency (DISA) has a requirement for Spectrum Information System (SIS) Sustainment & Enhancement services. This Request for Proposal is to solicit offers for this requirement.
DISA Program Executive Office (PEO) Spectrum must sustain the SIS capabilities along with other various Department of Defense (DoD) supported agencies and organizations within the Global Electromagnetic Spectrum Information System (GEMSIS) environment. The purpose of this requirement is to procure sustainment, maintenance, operation, enhancement, and training for existing operational enterprise capabilities within the DISA Stratus, Non-Secure Internet Protocol Router Network (NIPRNet), Secure Internet Protocol Router Network (SIPRNet) and Joint Worldwide Intelligence Communication System (JWICS) cloud environments. Existing systems will be expanded to meet growing operational spectrum needs of the DoD. Services shall include the extension of current software architecture, data storage, feature set, and the integration of data sets and analytics. In addition, this requirement will accelerate the development and maintenance of blue system data while improving data development processes and visualization features, enhancing databases, and adding additional data sources for the planning and execution of join electromagnetic spectrum operations.
GEMSIS is a National Security System (NSS) used by DoD to provide spectrum related data to support strategic and tactical electromagnetic spectrum operations. The system provides a suite of tools for accessing, exchanging, visualizing, and analyzing DoD and related Electromagnetic Spectrum (EMS) data needed for planning, deciding, directing, and executing operations.
PROPOSAL DUE DATE: There are two phases for this solicitation. Please review the notional schedule for this procurement in the solicitation.
Phase One proposals are due NLT 12: 00 PM ET, 3 April 2025.
The Phase Two proposal due date will be provided in the instructions provided to offeror if the offeror is selected to proceed to Phase Two. The notional schedule provides an estimated due date for the Phase Two proposals.
Please see the Request for Proposal for additional information.
Update: 29 April 2025: The purpose of amendment 06 is to provide an updated Attachment 9, ID/IQ Labor Rates Spreadsheet, Rev 2. Attachment 9 was updated with the corrected formulas. The amendment also provides an updated Attachment 18, Questions and Answers from AMD 006. The Contracting Officer provided a response to Phase Two participants to reduce potential errors in Phase Two proposals.
Update: 28 April 2025: The purpose of amendment 05 is to provide an updated Attachment 9, ID/IQ Labor Rates Spreadsheet, Rev 1. Attachment 9 was updated with the corrected file naming convention in the instructions tab. The amendment also provides an updated Attachment 18, Questions and Answers from AMD 004. The Contracting Officer provided a response to Phase Two participants to reduce potential errors in Phase Two proposals.
Update: 25 April 2025: The purpose of amendment 04 is to provide an updated Attachment 14, TO 001 CLIN Pricing Worksheet with corrected formulas on the summary tab, update Section L7.1.7, Price Spreadsheet (to provide clarification), and to provide additional clarification on the solicitation via the updated attachment 18, Questions and Answers from AMD 03. The Contracting Officer provided a response to Phase Two participants to reduce potential errors in Phase Two proposals.
Update: 28 March 2025: The purpose of amendment 03 is to remove provision FAR 52.222-46, Evaluation Of Compensation For Professional Employees and to extend the due date for Phase One proposals in the notional schedule table in section L2.1 and L2.3. The due date for Phase One proposals has been extended from 12:00 PM ET, 1 April 2025 to NLT 12: 00 PM ET, 3 April 2025. **Not additional extensions will be provided or Phase One Proposals**
Update: 27 March 2025: The purpose of amendment 02 is to correct the due date for Phase One proposals in section L2.1 and L2.3. The due date for Phase One proposal remains unchanged and is due NLT 12: 00 PM ET, 1 April 2025.
Update: 26 March 2025 - Amendment 01 was posted with one NEW attachment ( Attachment 18: Q&A from Original Solicitation) and an UPDATE to an existing attachment (Attachment 3: Past Performance Questionnaire). Additional instructions/clarification on the Past Performance Volume (Volume V) has been provided in Section L8.1 of the solicitation.
The following provisions/clauses FAR 52.204-8, 52.223-10, and 52.223-23 have been updated in accordance with Class Deviation 2025-O0004 to implement section 2(rr) of Executive Order (E.O.) 14148, ‘Initial Rescissions of Harmful Executive Orders and Actions’. E.O. 14148 revoked a previous E.O. 14057, ‘Catalyzing Clean Energy Industries and Jobs Through Federal Sustainability’.
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.