Senior Information Security Officer (SISO) Recompete Supporting USTRANSCOM
ID: TRANSCOMA029111Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEUS TRANSPORTATION COMMAND (USTRANSCOM)USTRANSCOM-AQSCOTT AFB, IL, 62225-5357, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE AS A SERVICE (DJ10)
Timeline
    Description

    The Department of Defense, through the United States Transportation Command (USTRANSCOM), is seeking qualified contractors for the Senior Information Security Officer (SISO) position as part of a recompete effort. The procurement aims to provide comprehensive cybersecurity and risk management services, focusing on the Risk Management Framework (RMF) for USTRANSCOM and its associated commands, including contract management, security auditing, and Zero Trust support. This opportunity is critical for ensuring compliance with DoD and federal cybersecurity standards, with the incumbent contract valued at approximately $29 million and set to transition to a new contract period from October 1, 2026, to September 30, 2031. Interested parties are encouraged to submit a white paper by October 17, 2025, and can reach out to Darrah Hill at darrah.m.hill.civ@mail.mil or 618-817-4703 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for a Senior Information Security Officer (SISO) to support the United States Transportation Command (USTRANSCOM). The contract's scope includes providing cybersecurity and risk management services, particularly focusing on the Risk Management Framework (RMF) for USTRANSCOM, Air Mobility Command (AMC), and Surface Deployment and Distribution Command (SDDC) missions. Key task areas involve contract management, risk management support (including Information Systems Security Engineering, software assurance, security auditing, continuous monitoring, and vulnerability management), Security Control Assessor Representative (SCAR) and Authorizing Official (AO) support, optional Development Security Operations (DevSecOps) RMF and SCA support, and Zero Trust support. The contractor will be responsible for various deliverables, metrics, and adherence to numerous DoD and federal cybersecurity policies and standards.
    USTRANSCOM has issued an RFI for a Senior Information Security Officer (SISO) to gather information for procurement planning. This RFI is not a solicitation but seeks to determine the best approach for acquiring IT services, including cybersecurity, risk management framework (RMF) evaluations, technical testing, software management, and Zero Trust (ZT) support. The incumbent contract, held by Electrosoft Services, Inc., is a Firm Fixed Price small business set-aside valued at ~$29 million. The anticipated NAICS code is 541519, with a small business size standard of $30 million. The new contract's period of performance is expected to be October 1, 2026, to September 30, 2031 (Base + four 1-year options). Interested parties are requested to submit a white paper by October 17, 2025, detailing company information, business size, suggestions for the acquisition, industry insights, innovation opportunities, and capabilities related to various cybersecurity standards and technologies. Virtual technical capability meetings will be held around October 20, 2025, for those who submit a white paper and meeting request.
    Lifecycle
    Similar Opportunities
    IT Research and Advisory Subscription Services
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking a sole-source Firm-Fixed Price task order for IT Research and Advisory Subscription Services from Gartner, Inc. This procurement aims to renew subscription services that support USTRANSCOM’s IT initiatives, including Cloud, Big Data, and IT Portfolio Optimization, with Gartner being the only provider capable of meeting the necessary security clearance requirements. The contract period is anticipated to run from January 1, 2023, to December 31, 2023, and the contracting officer will ensure the order represents the best value by reviewing pricing and seeking additional discounts. For further inquiries, interested parties may contact Jordan Gerdes at jordan.m.lewis26.civ@mail.mil or Daniel Schwab at daniel.j.schwab11.civ@mail.mil.
    IT and Support Divison Procurement Forecast is now available on USTRANSCOM's website
    Buyer not available
    The U.S. Transportation Command (USTRANSCOM) is announcing the availability of its Procurement Forecast for the IT and Support Services Divisions, which can be accessed on their official website. This forecast outlines anticipated procurement opportunities for fiscal years 2026 and 2027, detailing both the IT and Support Services and Transportation sectors. The information is crucial for businesses looking to engage with USTRANSCOM, as it provides insights into upcoming contracts and service needs. For further inquiries, interested parties can contact the USTRANSCOM Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL or by phone at 618-817-9407.
    USTRANSCOM SMALL BUSINESS
    Buyer not available
    The U.S. Transportation Command (USTRANSCOM), part of the Department of Defense, has issued a special notice regarding upcoming small business opportunities. Interested parties are encouraged to visit USTRANSCOM’s website to review the Procurement Forecast dated September 17, 2025, which outlines anticipated procurement needs for the Transportation Division for fiscal years 2026 and 2027. This forecast is crucial for small businesses looking to engage in contracts that support USTRANSCOM's mission in transportation logistics. For further inquiries, interested vendors can contact USTRANSCOM's Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL.
    CSO - USTRANSCOM Information Technology (IT) Enterprise Modernization (ITEM) Solutions
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is issuing a Commercial Solutions Opening (CSO) for Information Technology (IT) Enterprise Modernization (ITEM) Solutions, aimed at acquiring innovative IT solutions and services to enhance its operational capabilities. This solicitation seeks to address mission needs and close capability gaps through a competitive process that encourages a wide range of technical and business solutions, with submissions governed by specific Areas of Interest (AoIs). The CSO will remain open indefinitely, with proposals evaluated based on innovation, responsiveness, potential impact, and prior experience, and may lead to firm-fixed-price contracts or Other Transactions for prototype projects. Interested parties should contact Jonathan Severin at transcom.scott.tcaq.mbx.tcaq-ds@mail.mil for further information and are advised to monitor SAM.gov for updates and specific submission deadlines.
    S&RTS - Ports of Virginia
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically targeting Women-Owned Small Businesses (WOSB). The contract will encompass the management of military cargo, including containers, vehicles, and aircraft, through various ports in Virginia, requiring comprehensive stevedoring, longshoring, and cargo management services. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is valued at approximately $47 million, with a five-year ordering period from February 21, 2026, to February 20, 2031, and proposals are due by December 18, 2025, at 10:00 AM Central Time. Interested parties should direct inquiries to Douglas Otten or Katherine Alexander via their provided email addresses.
    USSOCOM Cybersecurity Services - Bridge
    Buyer not available
    The U.S. Special Operations Command (USSOCOM) is seeking cybersecurity support services to enhance its operational capabilities. This procurement aims to provide essential cybersecurity services that ensure compliance and security within the IT and telecom sectors, specifically tailored for USSOCOM's unique operational environment. The services are critical for maintaining the integrity and security of sensitive information and systems used by the Department of Defense. Interested vendors can reach out to Regina Farrell at regina.farrell@socom.mil or call 813-826-7170 for further details regarding this opportunity.
    Analysis of Mobility Platfrom IDIQ Extension and Ceiling Increase
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking to extend and increase the ceiling of the Analysis of Mobility Platform (AMP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, HTC71118DD001, originally awarded to Raytheon BBN Technologies. This modification is necessary to continue the provision of highly specialized IT and telecom business application development support services, which are critical for USTRANSCOM's operations. The government has determined that these services are uniquely available from the original contractor, and any transition to a new source would lead to unacceptable delays in fulfilling the requirements. Interested parties can reach out to Lisa A. Kraft at lisa.a.kraft.civ@mail.mil or call 618-817-9445 for further information regarding this sole source justification.
    Splunk J&A
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking to procure services related to the Splunk Zero Trust Architecture, as outlined in the attached justification and approval document. This procurement falls under the category of IT and Telecom business application software, specifically focusing on perpetual license software, which is critical for enhancing cybersecurity measures within the department. Interested parties can reach out to Georgia L. Wilde at georgia.l.wilde.civ@mail.mil or Lisa A. Kraft at lisa.a.kraft.civ@mail.mil for further details regarding this opportunity.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Buyer not available
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.civ@mail.mil.