57 IAS Nighthawk License
ID: F3G1MN5099A001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of three Nighthawk Annual Licenses from MDSec Consulting Ltd., as part of a Total Small Business Set-Aside initiative. This procurement is critical for the 57th Information Aggressor Squadron, as the Nighthawk software provides essential capabilities such as Endpoint Detection and Response, which are vital for operations in environments utilizing Microsoft Defender and CrowdStrike Falcon. Proposals must be submitted electronically by May 7, 2025, with a delivery deadline for the licenses set for September 5, 2025, to Nellis AFB, Nevada. Interested vendors should contact Avery Irwin at avery.irwin@us.af.mil or Christian Olivieri at christian.olivieri@us.af.mil for further details.

    Files
    Title
    Posted
    The document outlines a government requirement for a brand name specific service, specifically a renewal license subscription from MDSec Consulting Ltd. It details a single item listing, the "Nighthawk Renewal License Subscription," with a quantity of three licenses to be provided. The period of performance is specified, with a start date of September 5, 2025, and an end date of April 30, 2026, following the expiration of the current term on September 4, 2025. Only quotes that adhere to these requirements and timeline will be considered technically acceptable. This file falls within the context of federal RFPs, focusing on the procurement of specialized software solutions concerning cybersecurity or data protection for government operations.
    The document outlines a federal Request for Proposal (RFP) for a subscription to the Nighthawk License from MDSec Consulting Ltd., specifying it as a brand name-only procurement. The proposal must include required performance dates, which are set to commence on September 5, 2025, and conclude on April 30, 2026. The procurement includes three individual licenses, measured in "each" units. Quotes submitted for consideration must clearly state these start and end dates in writing to be deemed technically acceptable. This request is indicative of the government's structured approach to procuring specialized services while ensuring compliance and accountability in its contractual processes.
    This Single Source Justification document outlines the procurement of three Nighthawk Annual Licenses for the 57th Information Aggressor Squadron, with an estimated contract cost not specified. The Nighthawk software is essential for the squadron's operations, providing unique capabilities like Endpoint Detection and Response that distinguish it from other available command and control frameworks. The justification emphasizes that no other software meets the specific operational requirements, particularly in environments using Microsoft Defender and CrowdStrike Falcon. To encourage competition, the acquisition will be set aside for small businesses under relevant small business classifications. Future efforts will include ongoing market research to identify other vendors that could potentially fulfill similar needs without compromising mission objectives or increasing costs. The determination of a single source was made by SSgt Christian J. Olivieri, aligning with federal regulations regarding procurement. This document reflects adherence to protocols intended to ensure effective and budget-conscious spending of federal resources while acknowledging unique operational needs.
    The government document F3G1MN5099A001 addresses inquiries regarding the Nighthawk License Renewal. It clarifies that the VIP and product numbers are not available, emphasizing that the renewal entails acquiring new licenses rather than extending existing ones. Additionally, it provides information on the previous contract, noting that it was awarded to VCLOUD TECH for $30,198.00 under the contract number FA486124P0130. This amendment is significant within the context of government procurement as it ensures transparency and informs potential contractors about the actual requirements for the licensing renewal process.
    The document presents a combined synopsis and solicitation for commercial products and services, issued under solicitation number F3G1MN5099A001. This request for quotation (RFQ) is specifically a Total Small Business Set-aside, with the NAICS code 541519 and a small business size standard of $34 million. The contract type is Firm Fixed Price, with delivery required on or before September 5, 2025, at Nellis AFB, NV. The items must be sourced from MDSec Consulting Ltd, as detailed in the attachment. Interested vendors must be registered in the System for Award Management (SAM) before contract award. Quotes are due May 7, 2025, at 10:00 PDT, exclusively via email to the designated contact. Evaluation will be based on the lowest-priced, technically acceptable proposals, requiring bidders to quote the entire package requested to avoid non-responsiveness. The document provides numerous federal acquisition regulations (FAR) and Defense FAR Supplement (DFARS) provisions concerning contract terms, compliance, and vendor qualifications. Key attachments include an items list and a brand name justification, both critical for potential bidders. This solicitation exemplifies the structured and regulatory-compliant approach of government contracting, aimed at ensuring fair competition among small businesses.
    The document is a solicitation for commercial products and services, specifically a request for quotation (RFQ) identified as F3G1MN5099A001. It is designated as a Total Small Business Set-aside, utilizing the NAICS code 541519 with a size standard of $34 million. The procurement type is Firm Fixed Price (FFP), with products to be delivered to Nellis AFB, NV, by September 5, 2025. Offers must adhere to specific guidelines outlined in the FAR, particularly regarding vendor registration in the System for Award Management (SAM). Proposals are due electronically on May 7, 2025, and will be evaluated based on lowest-priced, technically acceptable criteria. All proposals must meet the entire requirement, and partial submissions will be deemed non-responsive. The document also includes mandatory incorporation clauses regarding various regulations, making compliance necessary for successful vendors. Key attachments include an items list and a brand name justification highlighting that products must be exclusively from MDSec Consulting Ltd. This solicitation emphasizes the government's commitment to small business participation while ensuring adherence to procurement regulations and standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Falcon X Crowdstrike
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure the CrowdStrike Falcon Elite package to enhance its threat intelligence capabilities. This procurement aims to provide comprehensive reporting on Advanced Persistent Threat (APT) activity in gray space, leveraging a network of over 14 million endpoint sensors across 176 countries. The services are critical for maintaining cybersecurity and protecting sensitive information within the military infrastructure. Interested vendors can reach out to Stephen Planer at stephen.planer.1@us.af.mil or call 405-734-9922 for further details regarding this opportunity.
    Falcon Neo
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure high-performance computing hardware and perpetual license software under the title "Falcon Neo." This opportunity is categorized as a sole source justification, indicating that the procurement is intended for a specific vendor due to unique capabilities or qualifications. The goods and services sought are critical for enhancing the Air Force's IT and telecommunications capabilities, particularly in high-performance computing applications. Interested parties can reach out to Sonya Rayford Cage at sonya.rayfordcage.5@us.af.mil for further details regarding this procurement opportunity.
    Citrix Brand Name Virtual Apps / Software Subs
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking proposals from qualified small businesses for the procurement of Citrix Brand Name Virtual Apps and associated software subscriptions. The requirement includes 30 units of Citrix for Private Cloud, 2 units of ADC VPX-FIPS Software Subs (Fixed Model) Premium 5Gbps, and 30 units of Citrix US 24/7 Support, all designated as "TRUSTED PRODUCT," to support the Prototype, Manufacturing, and Test Division in Lakehurst, NJ. This procurement is critical for ensuring reliable software and support services for military operations, with a firm-fixed-price contract anticipated to be awarded for a performance period from January 1, 2026, to December 31, 2026. Interested vendors must submit their proposals electronically by 4:00 PM EDT on December 16, 2025, to Eric Daly at eric.m.daly6.civ@us.navy.mil, ensuring compliance with all outlined requirements.
    Simio Software License(s) Hill AFB, UT
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking to procure seven (7) Simio RPS Edition Single User Annual Subscription Licenses – Node Locked for use at Hill Air Force Base in Utah. This procurement aims to fulfill a requirement for software that includes technical support and updates, essential for operational efficiency within the Air Force. The licenses are expected to be delivered within 30 days after receipt of order to the designated shipping address at Hill AFB. Interested vendors should contact Kevin Hutchison at kevin.hutchison.2@us.af.mil or Devin Laughter at devin.laughter@us.af.mil for further details and to express their interest in this opportunity.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Abstract Software Renewal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of software licenses and support services from Abstract Solutions for their iUML and ICCG Invocation software, critical to the F-16 Block 50/EPAF OFPES program. The procurement involves a Firm Fixed Price contract for three one-year periods, from November 2025 to October 2028, with offers due by December 18, 2025, at 1700 MT. This sole-source procurement is necessary to ensure continued operational readiness and efficient development, as Abstract Solutions is the sole provider of essential support services, and alternative sources would lead to significant costs and delays. Interested parties can reach out to Tanner Scheffler at tanner.scheffler@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil for further inquiries.
    Electronic Armor (EA) Software Support
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for Electronic Armor (EA) Software Support, specifically for the NIGHTWING INTELLIGENCE SOLUTIONS, LLC software. The procurement aims to secure 730 hours of commercial engineering services over a 12-month period to integrate and enhance the Electronic Armor software within specific operating environments, particularly focusing on security hardening and software compatibility for Linux systems. This opportunity is critical for maintaining the operational integrity and security of defense systems, with proposals due by December 17, 2025, and an anticipated award date of January 16, 2025. Interested contractors must contact Susan Madison at susan.h.madison.civ@us.navy.mil for further details and ensure they are registered in the System for Award Management (SAM).
    HOUSING SECTION, NIG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to procure 1,447 units of the Housing Section, NIG, under solicitation number 26R0228. This procurement is classified as other than full and open competition, with a required delivery timeframe of 94 days after receipt of order (ARO). The Housing Section is critical for night vision equipment, which plays a vital role in military operations. Interested vendors should note that the solicitation will be issued on December 8, 2025, and will include a reverse auction provision; therefore, registration on the ProcureX system is encouraged. For further inquiries, potential offerors can contact Michelle R. Scott at michelle.r.scott@dla.mil or Adrienne Davis at Adrienne.Davis@dla.mil.
    Night Vision Devices (NVD) - AN/PVS-14
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Communications-Electronics Command (CECOM), is seeking proposals for the procurement of commercial equivalent AN/PVS-14 Night Vision Devices (NVD), along with an Extended Warranty, Accessories, Test Sets, and Tool Sets. This requirement is crucial for supporting Foreign Military Sales (FMS) to Lithuania and falls under the category of night vision equipment, which is vital for enhancing operational capabilities in various military applications. The solicitation, identified as W91CRB-26-R-5002, is expected to be released on or about December 18, 2025, and will be set aside for small businesses, with the contract awarded based on the Lowest Price Technically Acceptable (LPTA) method. Interested parties should direct inquiries to Rem D. Ngo at Rem.D.Ngo.civ@army.mil and monitor SAM.gov for updates and additional documents related to the solicitation.
    AFLCMC Cloud Productivity Suite Pilot CSO
    Dept Of Defense
    The Department of the Air Force, through the Air Force Life Cycle Management Center (AFLCMC), is seeking white papers for its Cloud Productivity Suite Pilot (CPSP) Commercial Solutions Opening (CSO). This initiative aims to identify innovative commercial solutions for an integrated productivity suite, cloud tenant, and operating system tailored for the Department of the Air Force's IT enterprise, focusing on secure collaborative platforms, IL5 accreditation, and Zero Trust security. The selected solutions will enhance the operational capabilities of Air Force personnel by ensuring access to reliable and efficient IT tools, with individual contracts expected to range from $500,000 to $4,000,000 over a period of 1-5 years. Interested vendors should submit their proposals by following the detailed instructions provided in the attached documents, and can reach out to primary contact Mason R Worsham at mason.worsham.1@us.af.mil for further inquiries. The CSO is open for submissions until November 2026.