Enterprise Security Services (ESS)
ID: FA810225R1000Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8102 AFLCMC HBKTINKER AFB, OK, 73145-3303, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - SECURITY AND COMPLIANCE SUPPORT SERVICES (LABOR) (DJ01)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is conducting market research to identify potential sources for Enterprise Security Services (ESS) to support the High Frequency Global Communication System (HFGCS). The contractor will be responsible for implementing security measures, including Intrusion Detection and Analysis, Vulnerability Scanning, and Security Technical Implementation Guide (STIG) services, while ensuring compliance with Department of Defense assessment and authorization policies. This procurement is critical for maintaining the security and integrity of military communications, with a contract anticipated to span five years, including one base year and four option years. Interested vendors must respond by March 3, 2025, and can direct inquiries to Jocelyn Johnson at jocelyn.johnson.2@us.af.mil or Juan C. Escobar at juan.escobar@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for Enterprise Security Services (ESS) to be provided for the U.S. Air Force's High Frequency Global Communications System (HFGCS). The contractor is tasked with implementing security measures, including Intrusion Detection and Analysis, Vulnerability Scanning, Security Technical Implementation Guide (STIG) services, Documentation and Analysis, and Code Review services within the contracted non-classified and classified networks. Spanning a five-year contract, including one base year and four options, the contractor must maintain personnel with requisite security clearances and qualifications, specifically Information Assurance Technician Level II certifications. Key objectives include conducting daily information assurance monitoring, supporting cyber operations, and ensuring compliance with DoD assessment and authorization policies. Essential deliverables include various monitoring and reporting documents, incident response plans, and adherence to stringent performance thresholds with a strict focus on addressing complaints effectively. The framework emphasizes the strategic importance of cybersecurity in safeguarding military communications capabilities, ensuring the contractor maintains a qualified workforce and proactive problem resolution mechanisms throughout the contract's term. The document also outlines government expectations and performance metrics to guarantee mission success while safeguarding sensitive systems.
    The Department of Defense (DoD) is conducting a market survey to identify potential sources capable of providing Enterprise Security Services (ESS) for the High Frequency Global Communication System (HFGCS). This request is part of a broader effort to assess qualified contractors for the delivery of security services involving testing, analysis, and documentation in both production and non-production environments. Companies interested in participating must provide documentation showcasing their capabilities in the required areas. Responses are sought from businesses of all sizes, including joint ventures, and participation does not guarantee future contract opportunities. Key elements of the Contractor Capability Survey include business information, prior service experience under government contracts, capability in managing security services, and approaches to delivering classified and controlled unclassified information. The government emphasizes the importance of both capability and experience to ensure relevant services are provided efficiently and effectively.
    The document contains vendor questions and government responses regarding a new stand-alone contract for a service requirement labeled ESS, dated February 4, 2025. The government clarifies that there is no incumbent vendor for this requirement, as it is new and separate from an existing parent contract involving SysNet Technologies, Inc. The total value of the ongoing parent contract is not applicable to the new ESS requirement due to its differing scope. The government also addressed questions about the submission format for the service capability survey, stating that there is no specific format or page limit for responses, and a Customer Capability Survey was inadvertently omitted from the initial documents. Additionally, the document confirms that the proposal submission deadline is set for March 3, 2025, at 1:00 PM CST. This communication reflects standard procedural interactions associated with government RFPs, showcasing clarity in guidelines and encouraging vendors to seek further assistance if necessary.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    65th SOS MGCS Security System Installation
    Buyer not available
    The Department of Defense, specifically the Air Force, is soliciting proposals for the installation of a security system at the 65th Special Operations Squadron's Management Grid Control System (MGCS) facility located at Hurlburt Field, Florida. The project involves the installation, testing, and certification of a new security system, including the integration of an eight-port Protected Distribution System (PDS) alarmed conduit system, along with various sensors and cabling requirements. This initiative is crucial for enhancing the security infrastructure of the MGCS, ensuring operational readiness and compliance with federal security standards. Interested small businesses, particularly those owned by women, are encouraged to submit proposals by the deadline, with a total contract value of $25,000,000 and a performance period from February 24, 2025, to March 24, 2025. For further inquiries, potential bidders can contact Rowan Thom at rowan.thom.1@us.af.mil or Melissa Perez-Hughes at melissa.perez-hughes@us.af.mil, and must attend a site visit scheduled for February 5, 2025, with prior registration required by February 3, 2025.
    Electronic Security System (ESS)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking proposals for an Electronic Security System (ESS) to be implemented in Walla Walla, Washington. This procurement is set aside for small business concerns, with the applicable NAICS code being 561621, which pertains to Security Systems Services (except Locksmiths). The ESS is crucial for enhancing security measures and ensuring the safety of facilities, reflecting the Army's commitment to maintaining secure environments. Interested vendors should note that the solicitation documents will be available on or about January 24, 2025, via https://sam.gov, and must ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, vendors can contact Ruth A. Johnson at ruth.a.johnson@usace.army.mil or call 509-527-7222.
    ESS Next – Industry Day Announcement and RFI
    Buyer not available
    The Defense Health Agency (DHA) is inviting industry partners to participate in an Industry Day focused on the upcoming Enterprise Software Solutions (ESS) Next initiative, aimed at enhancing digital capabilities for the Military Health System (MHS). This initiative seeks to transition to an "everything as a service" model, providing users with access to a standardized list of digital and physical services, including software, infrastructure, and cybersecurity solutions, to support the development and testing of mission-critical products. The ESS Next program is critical for modernizing healthcare IT and improving user experience for service members and their families, with a contract award anticipated in October 2025. Interested parties can contact Rachael Bealer at rachael.n.bealer.civ@health.mil for further details, and are encouraged to review the RFI and associated documents prior to the Industry Day event on January 29, 2024.
    Space Hub Integrated End Cryptographic Unit Leading Edge Development (SHIELD)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the Space Hub Integrated End Cryptographic Unit Leading Edge Development (SHIELD) program, aimed at enhancing Protected Tactical Satellite Communication (SATCOM) capabilities. The procurement focuses on developing, testing, and delivering cryptographic units (ECUs) that will integrate with the Protected Tactical SATCOM family of systems, ensuring secure communication in contested environments. This initiative is critical for the U.S. Military's transition to a more resilient Protected Tactical Waveform (PTW), which is essential for maintaining communication integrity during operations. Interested parties must submit their Statements of Capabilities by 12:00 PM (Pacific Time) on February 20, 2025, to the designated contacts, Bryan Boardway and Heather Ayres, via their provided email addresses.
    Protected Tactical Enterprise Service (PTES) Protected Tactical Waveform over Commercial (PTWoC) Joint Hub Variant Technical Capability Sources Sought RFI
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Request for Information (RFI) regarding the Protected Tactical Enterprise Service (PTES) and its Joint Hub Variant (JHV) for commercial satellite communications. The objective is to gather market research on the cost, schedule, and effort required to modify the design of the existing Wideband Global SATCOM (WGS) Joint Hub to support both Geostationary (GEO) and Medium Earth Orbit (MEO) commercial applications. This initiative is crucial for enhancing anti-jam wideband satellite communications capabilities for tactical warfighters and ensuring interoperability with commercial SATCOM systems. Interested parties should submit their responses by 12:00 PM (Pacific Time) on March 12, 2025, to Scott Lucas at scott.lucas.1@spaceforce.mil, and are encouraged to provide information on their relevant experience and capabilities in SATCOM systems development.
    IESS SOURCES SOUGHT
    Buyer not available
    The U.S. Special Operations Command, through the Naval Special Warfare Command, is seeking qualified contractors to provide administrative, operational, technical, and logistical support services for the Integrated Electronic Security System (IESS). The primary objective is to maintain and enhance physical security measures, including access control systems, CCTV, and intrusion detection systems, across various naval sites, ensuring compliance with Department of Defense security standards. This five-year contract will focus on delivering reliable and cost-effective services while adhering to federal, state, and local regulations, with a requirement for personnel to possess relevant certifications and experience. Interested organizations must submit their capabilities statements by 12:00 p.m. EST on February 10, 2025, to Kristen Lawrence at kristen.k.lawrence.civ@socom.mil, with the contract type expected to be Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ).
    AFGSC Global Surveillance Strike Concept of Operations
    Buyer not available
    The Department of Defense, specifically the Air Force Lifecycle Management Center, is conducting market research to identify potential sources for the Air Force Global Strike Command Global Surveillance Strike (AFGSC GSS) Concept of Operations. The objective is to plan and facilitate strategic, operational, and tactical planning workshops that refine future basing and the Concept of Employment (CONEMP) over an anticipated five-year period. This effort is crucial for enhancing the operational capabilities of the Air Force, particularly in the areas of Low Observable weapon systems and Long Range Strike strategies. Interested parties are encouraged to respond with their qualifications and capabilities to David Rohlinger at david.rohlinger.2@us.af.mil, noting that this is not a solicitation and no funds are available for this market research.
    Bldg 300 Security Monitoring and Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide security monitoring and maintenance services for Building 300 at Langley Air Force Base in Hampton, Virginia. The procurement involves 24/7 security services, including the monitoring of an Intruder Detection System (IDS) and access control systems (ACS), with a focus on compliance and maintenance for UL2050 certified doors. This contract is crucial for ensuring the safety and security of government operations, with a base year and four optional extension years planned for continuous service. Interested vendors must submit their quotes by 1:00 PM EST on February 14, 2025, and are encouraged to attend a site visit on February 6, 2025, at 10 AM. For further inquiries, potential bidders can contact Emoni Bright at emoni.bright@us.af.mil or 757-764-4766.
    Annual HP Hardware/Software Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for an Annual HP Hardware/Software Maintenance contract at Edwards Air Force Base in California. This multi-year contract includes a base year and four option years, focusing on the maintenance of HPE Tech Care Essential services for existing equipment utilized by the F-22 Combined Test Force. The procurement is crucial for ensuring operational efficiency and compliance within government operations, with a small business set-aside under NAICS code 513210. Interested vendors must submit their quotes electronically by 11:30 PST on February 10, 2025, to Denina Hudson at denina.hudson@us.af.mil and Jenna Jacobson at jenna.jacobson@us.af.mil.
    Advanced Dynamic Spectrum Sharing Demonstration
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command, is seeking proposals for the Advanced Dynamic Spectrum Sharing Demonstration (ADSSD) as part of a collaborative effort with the National Spectrum Consortium (NSC). The objective of this initiative is to develop and demonstrate innovative spectrum-sharing technologies that will enable coexistence within the 3100-3450 MHz band while adhering to specific conditions outlined in the Emerging Mid-Band Radar Spectrum Sharing Feasibility Assessment Report. This project is critical for enhancing national defense capabilities and addressing the increasing competition for spectrum access, which is vital for both military and commercial operations. Interested parties must be members of the NSC to submit proposals, with a deadline for submissions set for February 28, 2025, and questions due by January 31, 2025. For further inquiries, contact Ms. Samantha Fenske at samantha.r.fenske.civ@army.mil.