F-35 JPO Foreign Liaison Office Information Technology and Cyber Security Support Request for Information
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Computer Facilities Management Services (541513)

PSC

IT AND TELECOM - NETWORK SUPPORT SERVICES (LABOR) (DG01)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Naval Air Systems Command, is seeking information from qualified 8(a) businesses to provide Information Technology (IT) and Cyber Security (CS) support for the F-35 Joint Program Office (JPO) Foreign Liaison Office. The objective of this Request for Information (RFI) is to gather insights and feedback on the capabilities of potential contractors to enhance IT infrastructure and cybersecurity measures across up to fifty Foreign Liaison Offices globally. This initiative is crucial for ensuring compliance with Department of Defense standards and protecting Controlled Unclassified Information (CUI) within the F-35 program. Interested parties must submit their responses by 5:00 PM EST on November 8, 2024, and can direct inquiries to Sanjana Garg or John Meyers via their respective emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The F-35 Joint Program Office (JPO) is seeking contractor-provided Information Technology (IT) and Cyber Security (CS) services for its Foreign Liaison Offices (FLOs) to enhance operational efficiency and compliance with Department of Defense (DoD) standards. Services will encompass a comprehensive range of IT support, including network operations, helpdesk services, asset management, and cybersecurity oversight for up to fifty FLOs globally. The contract mandates the contractor to deliver both on-site and remote support, ensuring a stable IT environment through activities such as desktop setup, incident management, and field service operations. Performance metrics include ensuring system uptime of 99.5%, rapid response to issues, and compliance with security audits. Additionally, the contract outlines requirements for documentation, including system status reports and inventory management. Key requirements center around protecting Controlled Unclassified Information (CUI), maintaining network integrity, and facilitating user training to ensure effective use of F-35 systems. Furthermore, a clear contract management structure will guide interactions between the contractor and government personnel, including performance reviews and transition plans for contract phases. This initiative reflects the government's commitment to fostering secure IT environments critical for the success of the F-35 program.
    The F-35 Joint Program Office (JPO) is seeking contractor support for Information Technology (IT) and Cyber Security (CS) services for its Foreign Liaison Offices (FLO). The initiative aims to enhance the efficiency and effectiveness of the F-35 program in compliance with U.S. Department of Defense standards. Key tasks include managing IT operations, cybersecurity, helpdesk support, and enterprise computing services for up to fifty FLOs located in Crystal City, VA, and other sites. The contractor will deliver a range of services such as daily system management, connectivity, remote support, and helpdesk operations to maintain optimal performance. Specific performance thresholds are outlined, including system uptime of 99.5% and rapid response to technical issues. The contractor must also ensure compliance with applicable security regulations, including the Risk Management Framework (RMF). Regular reporting and assessments will document system status and user satisfaction. The contract spans a 12-month base period with four optional annual renewals, highlighting its importance to both domestic and international F-35 operations. Overall, the project underscores the commitment to safeguarding sensitive defense communications and operational efficiency amidst a growing technological landscape.
    The F-35 Joint Program Office (JPO) has issued a Request for Information (RFI) focused on acquiring IT and cybersecurity services for its Foreign Liaison Office. This RFI is specifically set aside for 8(a) businesses, seeking insights from qualified U.S. companies to aid in the provision of these critical services. A draft Performance Work Statement (PWS) is included to assist potential respondents in assessing their capabilities related to the requirements. Responses are expected to be unclassified and delineate the company's qualifications, including specific areas that may need clarification within the PWS. Importantly, participation by foreign contractors is prohibited, ensuring that all personnel involved must be U.S. citizens. The RFI serves as a preparatory step rather than a solicitation for a contract, as no funds are available to compensate for the responses. All submissions must be received no later than 5:00 PM EST on November 8, 2024. The Government underscores that responses are voluntary, and they will not engage in direct communication regarding received submissions. This initiative indicates the JPO's proactive approach to enhancing its cybersecurity and IT infrastructure in collaboration with domestic small businesses.
    Similar Opportunities
    F-35 Joint Program Office Security Support Services
    Active
    Dept Of Defense
    The Department of Defense, through the F-35 Joint Program Office (JPO), is seeking qualified contractors to provide Security Knowledge Based Services to support the F-35 Lightning II program. The objective is to ensure comprehensive security support across various disciplines, including General Security, Industrial Security, Information Security, Personnel Security, and Physical Security, to protect sensitive technology and manage classified information throughout the F-35 acquisition and sustainment lifecycle. This opportunity is critical for maintaining the operational integrity and security standards of the F-35 program, with a planned Indefinite Delivery/Indefinite Quantity (IDIQ) contract spanning five years and multiple task orders anticipated. Interested parties should review the draft Performance Work Statement (PWS) attached to the Request for Information (RFI) and submit their feedback by the specified deadline to Carla McCoy at carla.mccoy@jsf.mil or Benjamin Sherrill at benjamin.sherrill@jsf.mil.
    DC3_CTA_RFI2024
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force District of Washington, is seeking contractor services to support the Defense Cyber Crime Center's Cyber Training Academy (CTA) through a Request for Information (RFI) titled DC3CTARFI2024. The primary objective of this procurement is to provide specialized cyber investigative training that enhances the capabilities of DoD personnel in safeguarding information systems against cyber threats, including operations management, curriculum development, and diverse training modalities for both internal and external stakeholders. This initiative is crucial for maintaining national cybersecurity efforts and developing a skilled workforce capable of addressing emerging cyber threats. Interested vendors must submit their capability statements by October 31, 2024, and direct inquiries to the primary contact, Jesica Hunt, at jesica.hunt@us.af.mil, or the secondary contact, Parris Kennedy, at parris.kennedy@us.af.mil.
    Public Works Department Risk Reduction Initiative
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Installations East (MCIEAST) at Camp Lejeune, is seeking qualified vendors to provide non-personal support services under the Public Works Department Risk Reduction Initiative. The primary objective is to enhance knowledge, training, and technical support in areas such as cybersecurity monitoring, assessment, and maintenance of the FRCS Monitoring Platform, with responsibilities including continuous network monitoring and incident response collaboration. This Firm-Fixed Price contract will have a base period of 12 months, with three optional 12-month extensions, and interested vendors must submit their qualifications by 4:00 PM EST on November 11, 2024, to the designated Contract Specialist, Arlene Williams, at arlene.d.williams@usmc.mil. All interested parties must also ensure they are registered in the System for Award Management (SAM) under NAICS code 541513 to be eligible for award consideration.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
    Full Content Inspection (FCI) Cyber Defensive Capability
    Active
    Dept Of Defense
    The Defense Information Systems Agency (DISA) is seeking information from commercial vendors capable of providing Full Content Inspection (FCI) cyber defensive capabilities for the Department of Defense (DoD) Information Network. The primary objective is to enhance the ability to inspect, detect, and respond to malicious cyber activity at critical points, particularly at ten global DISA Data Centers, utilizing advanced technologies for real-time threat detection and response, including zero-day exploits. This initiative is crucial for maintaining the security and integrity of DoD networks against evolving cyber threats. Interested vendors should submit comprehensive details on their proposed solutions, pricing, and organizational information to the primary contact, Vanessa McCollum, at disa.scott.ditco.mbx.ps84-other-transaction-authority@mail.mil, as this is a Request for Information (RFI) and not a solicitation for formal proposals.
    Request For Information (RFI) - Common Services for Enterprise Applications (C-SEA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Information Warfare Systems, is seeking information through a Request for Information (RFI) regarding Common Services for Enterprise Applications (C-SEA). The objective of this procurement is to identify existing capabilities, Commercial Off-The-Shelf software suites, and innovative solutions that can provide a secure, affordable, interoperable, stable, and robust suite of common services for naval software applications. This initiative is crucial for enhancing the operational efficiency and effectiveness of the PEO C4I's software applications within the Navy. Interested parties should note that the deadline for RFI responses has been extended to October 17, 2024, and can direct inquiries to Contract Specialist Yvette Tsui at yvette.tsui@navy.mil or by phone at 619-508-0933.
    Laptop rugged-type replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force's Communications Data Link System (CDLS), is seeking information regarding the procurement of forty-three (43) rugged laptops to replace outdated models. The required specifications for these laptops include an operating system of Windows 11 Pro, an Intel Core i7 CPU, a 14-inch display, 32GB of RAM, and 1TB SSD storage, while notably lacking physical wireless capabilities, webcams, and microphones. This Request for Information (RFI) is intended for planning purposes only and does not constitute a commitment to future procurement; interested vendors are encouraged to submit their responses by November 14, 2024, to the designated contracting officers, Wendy Farley and Mitchell Gooslin, via the provided email addresses. All costs associated with responding to this RFI will be borne by the vendors, and non-participation does not preclude future opportunities.
    Contractor Kit Production and Installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 to The UNITED STATES AIR FORCE (USAF) C-130J Fleet
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential business sources for the production and installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 for the USAF C-130J fleet. This Request for Information (RFI) aims to identify qualified contractors capable of producing Group A modification kits and completing LAIRCM Block 30 installations, which are critical for enhancing the C-130J's defensive capabilities against missile threats. The selected contractors will be responsible for delivering and installing specific modification kits, ensuring compliance with security and operational standards, and demonstrating experience with the C-130J and its original equipment manufacturer, Lockheed Martin. Interested parties must submit their responses to the RFI by 4:30 PM EST on January 6, 2024, and can direct inquiries to Casey Murphy or Nathan Armstrong at AFLCMC.WLNN.C-130JLAIRCM@us.af.mil.
    Request for Information (RFI) for a Deployable High Performance Computer (HPC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, is seeking industry input through a Request for Information (RFI) for a Deployable High Performance Computer (HPC) intended for use with the United States Marine Corps MQ-9A Unmanned Aerial System (UAS). The objective is to identify potential solutions that meet specific technical requirements, including a minimum compute density of 80 TFLOPS, compliance with various military standards, and the ability to operate securely at the Top Secret/Sensitive Compartmented Information (TS/SCI) level. This HPC is crucial for enhancing the operational capabilities of tactical unmanned aerial systems, ensuring they can process data efficiently in demanding environments. Interested parties are invited to submit detailed white papers via email within 60 days of the RFI release, with responses limited to 20 pages. For further inquiries, contact Kristina Johnson or Breanne Jilcott at the provided email addresses.
    Request for Information for COMBAT ID
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), is issuing a Request for Information (RFI) for the COMBAT ID program, aimed at enhancing Combat Identification algorithms and software integration into the AN/APG-83 Scalable Agile Beam Radar (SABR) for the F-16 aircraft. The RFI seeks industry input to refine algorithms, develop test Operational Flight Programs, and support experimentation for transitioning capabilities into combat settings, thereby advancing the FJORD flight test initiative that has been in development for five years. This initiative is crucial for improving the technological capabilities of the F-16, aligning with AFRL's mission to enhance integrated Intelligence, Surveillance, and Reconnaissance operations. Interested parties are encouraged to submit their responses by November 3, 2024, and can direct inquiries to Omar Eldadah at Omar.Eldadah@us.af.mil; however, it is important to note that this RFI is not a solicitation for contracts or reimbursements.