Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2025 SAM #8783
SOURCES SOUGHT

D -- CISA Enterprise Engineering and Operations Support Services (CEEOSS)

Notice Date
12/11/2025 9:47:30 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
CISA CONTRACTING ACTIVITY Washington DC 20528 USA
 
ZIP Code
20528
 
Solicitation Number
PCCA2600032_CEEOSS
 
Response Due
12/22/2025 10:00:00 AM
 
Archive Date
01/06/2026
 
Point of Contact
William Dunlap, Phone: 2027655741, Eva I. Shaw-Taylor, Phone: 2027164091
 
E-Mail Address
william.dunlap@cisa.dhs.gov, eva.shaw-taylor@cisa.dhs.gov
(william.dunlap@cisa.dhs.gov, eva.shaw-taylor@cisa.dhs.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This Sources Sought Notice is an effort to ensure CISA has the most recent and updated information as part of the market research for this effort. SOURCES SOUGHT NOTICE DEPARTMENT OF HOMELAND SECURITY (DHS) CYBERSECURITY & INFRASTRUCTURE SECURITY AGENCY (CISA) Enterprise Engineering and Operations Support Services (CEEOSS) INTRODUCTION CISA is issuing a Sources Sought Notice (SSN) as a means of conducting/updating the market research report initially prepared in 2024; and to identify any additional potential qualified firms having an interest in, and the resources to support the CEEOSS requirement. This SSN is for planning purposes only and will not be construed as an obligation on the part of the Government. This is NOT a Request for Quotations or Proposals. No solicitation document exists, and the Government may or may not issue a formal solicitation resulting from the responses received to this SSN. The Government will not pay for any response expenses. All costs incurred responding to this SSN will be solely at the interested party's expense. Failure to respond to this SSN will not preclude participation in any future solicitation. Any information received will become the property of the Government and will not be returned to the submitter. Interested parties are responsible for adequately marking proprietary or sensitive information. Government technical experts drawn from staff within CISA will review, and other federal agencies may review responses. PROGRAM BACKGROUND CISA�s mission is to lead the national effort to protect and enhance the resilience of the nation�s physical and cyber infrastructure. The CISA Enterprise Engineering and Operations Support Services (CEEOSS) requirement is to assist CISA OCIO to establish a modern enterprise IT capability. These enterprise IT capabilities will support CISA�s ability to continue establishing a modern IT infrastructure; engaging in various initiatives to evaluate and implement emerging technologies; migrating to the cloud; supporting mobility and collaboration platforms; and continually improving the performance, security, and availability of enterprise IT services. CISA�s objective is to obtain expertise to support the: Engineering subdivision in architecting, designing, and engineering CISA enterprise IT capabilities and services to include but not limited to network, identity and access management, mobility, asset management, imaging, application and systems development, collaboration capabilities, cloud hosting, and communication services. Management of system operations, configurations, and support; overseeing infrastructure asset management; advanced network/infrastructure/application support. The Engineering Subdivision partners work closely with the IT Operations and Service Management subdivision on enhancements and the transition of those enhancements into the production environments for operations and support. The Contractor will perform the services for the functional areas and will ensure the services are integrated, well defined, and documented, standardized, repeatable, accurate and timely. All the associated processes in all functional areas will produce secure, high quality and cost-effective services, work products and IT solutions, and will be properly documented using the ITIL v3 framework. The Contractor will perform these services in a manner that will drive efficiencies through continual maintenance and improvement of documented processes. Services to support CISA�s requirement for the following services: Technology Evaluation and Integration Enterprise Technology Services and Solutions Strategy and Architecture Technical Solutions Engineering and Implementation Operations and Maintenance Support Program / Project Management of these areas This is a recompete to the current Task Order 70RCSJ25FR0000027, Sev1Tech LLC is the incumbent. The recompete includes an increase in scope of the current CISA environment above the original anticipated requirements identified due to congressional requirements, such as Cyber Incident Reporting for Critical Infrastructure Act of 2022 (CIRCIA), CISA Office of the Chief Information Officer (OCIO) mission adjustment, and other DHS & CISA strategic and mission priorities � e.g. - AI. REQUIRED CAPABILITIES The Contractor will provide services in support of the areas specified in the Program Background as noted. It is imperative that businesses responding to this SSN articulate their capabilities to meet the requirements clearly and adequately. ELIGIBILITY The applicable NAICS code for this requirement is 541512 Computer Systems Design Services, with a Small Business Size Standard of $34.0 million. The Product Service Code is DG01 IT and Telecom - Network Support Services (Labor). Note: In accordance with DHS Directive 060-01, Development and Use of Strategic Sourcing Contract Vehicles, dated 24 August 2012, strategic sourcing vehicles are mandatory for use, with limited exceptions. Therefore, a strategically sourced contract vehicle will take priority over awarding a standalone CISA contract. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (up to five (5) 8.5 x 11-inch pages, font no smaller than Times New Roman 10 point) demonstrating ability to provide the services listed in this announcement. Responses to this SSN, including any capabilities statement, will be electronically submitted in either Microsoft Word or searchable Portable Document Format (PDF), via email to the Contract Specialist and copy the Contracting Officer listed below, no later than 1:00pm Eastern, December 22, 2025. All responses under this SSN must be emailed to: Contract Specialist William Dunlap at william.dunlap@cisa.dhs.gov Contracting Officer Eva I. Shaw-Taylor at eva.shaw-taylor@cisa.dhs.gov Note: The Government reserves the right to hold one-on-one meetings resulting from SSN responses received as part of its market research. Meetings may be held with companies who provide comprehensive and relevant responses to the topic and questions in this notice. If your organization has the potential capacity to provide the required services, provide the following information: Organization name, UEI, CAGE code, web site address, business size for NAICS code 541512 (large or small) and socio-economic status (i.e., 8(a), Small Disadvantaged, HUBZone, Service-Disabled Veteran-Owned, Women-Owned Small Business, etc.), address, primary points of contact (POC) name, email address, telephone number. Identify any strategic sourcing vehicles or federal supply schedules your company is included on. Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff ability. Include the type of work your company performed within the last two (2) years in support of the same or similar requirements (similar in size, scope, and complexity). Provide examples that reflect your company�s capabilities in the task areas outlined in the draft Statement of Work (SOW), attachment 1, and specify whether support has been provided as a prime contractor or subcontractor. If significant subcontracting or teaming is anticipated; identify potential team members (if known) and describe the administrative and management structure of such arrangements. Furthermore, CISA�s preference is to acquire the services on a small business set-aside basis, to the maximum extent possible, based on market research results. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. All data received in response to this SSN that is marked or designated as corporate of proprietary will be fully protected from any release outside the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/41886423f7a74490a2fa09f3aa2ac6bd/view)
 
Place of Performance
Address: VA 22203, USA
Zip Code: 22203
Country: USA
 
Record
SN07664219-F 20251213/251211230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.