Titan Robotics Cyber Support
ID: FA857124Q0110Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA

NAICS

Software Publishers (513210)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is seeking to procure cybersecurity software support services for Titan Robotics at Robins Air Force Base in Georgia. This opportunity involves a sole-source contract awarded to Titan Robotics, which will provide comprehensive cybersecurity support, including on-site and off-site services, to ensure the security and functionality of Titan robotic systems. The contract spans from November 6, 2024, to November 5, 2025, with a total estimated value of $866,893, and includes provisions for multiple service visits and compliance with federal regulations. Interested parties can contact Michele Watts at michele.watts.1@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 is a Contract Data Requirements List used by the Department of Defense to specify data items related to contracts, including their submission schedules and distribution details. This form outlines essential information such as the contractor’s name, contract number, and the specific data items required, such as status reports on robotics and cybersecurity updates. The contractor must submit a status report electronically within two business days after each on-site visit, detailing robot names, building numbers, and any issues. The form also includes contacts for government representatives who oversee the contract. Guidelines for filling out the form offer instructions on categorizing data items, determining frequency and submission dates, and establishing the estimated total price associated with each data item, categorized into four price groups based on the relevance and additional efforts required. Overall, the form serves as a structured means to ensure accountability and clarity in the delivery of contract data, contributing to effective contract management in government operations.
    The document is a DD Form 1423-1, which is a Contract Data Requirements List used by the Department of Defense to outline data item requirements for contractors. It specifies a data item linked to Titan Robotics Cyber Support's contractor safety plan. The document details submission requirements for both draft and final safety plans, including timelines for government review and acceptance. The contractor must submit a draft within ten working days after contract award and a final version within ten working days after government acceptance. Key roles are outlined, including primary and alternate government representatives, emphasizing accountability and communication. The form includes instructions for completion, highlighting the categorization of data items and the significance of pricing groups based on necessity and complexity. Each data item must be clearly defined regarding its purpose and delivery frequency. Overall, the DD Form 1423-1 serves as a formalized approach for the government to obtain necessary documentation and ensure compliance with safety standards, vital for both contractor performance and regulatory requirements in federal contracting procedures.
    The DD Form 1423-1 serves as a Contract Data Requirements List, essential for federal contracts, particularly regarding mishap and incident reporting. It outlines the procedural obligations of contractors to notify the Robins AFB Safety Office of any incidents causing damage to Department of Defense (DoD) property or employee injuries within four hours of occurrence. A comprehensive follow-up notification must be submitted within three calendar days, detailing the incident's specifics, estimated costs, and corrective actions taken. The form includes categories for different types of data items and specifies submission frequency, addresses for document delivery, and other reporting requirements. It emphasizes the importance of data compliance and structured communication between contractors and government representatives, ensuring that any incident notifications are handled quickly and effectively. This document highlights how adherence to reporting protocols is vital for safety and regulatory compliance in government contracting.
    The document outlines a Sole Source Justification (SSJ) for procuring Titan Robotics Cyber Support services, specifically tailored for Robins Air Force Base's Titan Robotic systems. The Air Force Sustainment Center (AFSC) requests the acquisition under Other Than Full and Open Competition, as mandated by federal laws. Titan Robotics Inc. is the sole vendor capable of providing necessary cybersecurity software and support, which includes upgrades and system maintenance due to the proprietary nature of their technology. The acquisition consists of a firm-fixed-price contract that spans from November 2024 to November 2028, totaling $866,893 across its basic period and three optional years with incremental price increases to account for inflation. Comprehensive market research revealed no other vendors could meet the cybersecurity requirements due to restricted access to proprietary data. The need for Titan Robotics services is reinforced by historical issues regarding software updates and cybersecurity vulnerabilities that could jeopardize system functionality. The contracting officer confirms the justification's accuracy, emphasizing efforts to explore competition in the future while stressing the current necessity of using Titan Robotics for mission success.
    The Titan Robotics Cyber Support contract outlines the provision of cybersecurity software and support for Titan robotic systems at Robins Air Force Base, Georgia. The contractor must deliver six on-site support visits and one off-site support session annually, with reports summarizing activities post-visits. Key responsibilities include ensuring cybersecurity compliance, government security regulations, and risk management protocols to prevent counterfeit parts and malicious code in systems and software. The contract emphasizes training for contractors in Environmental Management Systems and Energy Management Systems before work begins. Additionally, it mandates strict adherence to safety protocols and the notification of mishaps. The contract comprises a base year and four optional years, requiring careful adherence to military and federal regulations throughout its lifecycle, especially regarding cybersecurity standards. This document reflects the government's commitment to maintaining secure and efficient robotic systems while ensuring compliance with environmental and safety regulations through structured contractor guidelines.
    The document outlines a solicitation for a contract aimed at procuring Cybersecurity Software and Support services for Titan Robotics at Robins Air Force Base, Georgia. The solicitation is categorized as a request for quote (RFQ) and is intended for a sole-source award to Titan Robotics, indicating that no other suppliers will be considered. Key services to be provided include on-site and off-site cybersecurity software support, involving scheduled 50-hour visits quarterly, and emergency visits as needed. The pricing is structured as firm fixed prices for multiple services and associated Data Item Deliverables, which must be submitted according to specified timelines. Delivery for the primary items is set from November 6, 2024, through November 5, 2025. Contractual obligations are governed by specific federal regulations, including the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS). The document further includes details on modification, inspection, payment instructions, and compliance with various ethical and operational standards. This solicitation exemplifies the government's commitment to enhancing cybersecurity measures through reliable contracting with specialized service providers.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ROBOTIC SYSTEMS SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Robotic Systems Services to support the maintenance and repair of government-owned robotic systems at Robins Air Force Base in Georgia. The contractor will be responsible for providing technical expertise, training, engineering support, parts, and materials to ensure the effective functioning of up to 70 robotic systems, with the goal of minimizing downtime and enhancing operational efficiency. This procurement is a Total Small Business Set-Aside, with an estimated contract value of approximately $12.5 million, and proposals are due by September 23, 2024. Interested parties can contact Michele Watts at michele.watts.1@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further information.
    Eielson AFB, C-sUAS Red Team
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Red Team Services and Support at Eielson Air Force Base, Alaska, under solicitation FA500424Q0046. The primary objective is to procure 36 units of drone equipment and conduct four Counter-Small Uncrewed Aerial System (C-sUAS) red team assessments to evaluate air defense capabilities and identify operational gaps by June 2025. This initiative is crucial for enhancing air defense strategies in response to evolving threats from uncrewed aerial systems, emphasizing rigorous testing and evaluation methods. Interested contractors must comply with specific Defense Federal Acquisition Regulation Supplement (DFARS) clauses, hire local personnel, and adhere to strict reporting requirements, with the performance period spanning from September 18, 2024, to June 25, 2025. For inquiries, contact Ashton Holland at ashton.holland.1@us.af.mil or Richard White at richard.white.44@us.af.mil.
    B-1 Titanium Weld Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is conducting market research to identify potential sources for the B-1 Titanium Weld Repair project. This initiative aims to develop new build and repair techniques for titanium aircraft structural components made from 6Al-4V titanium, assessing whether the effort can be competitive or designated as a Small Business Set-Aside. The Air Force emphasizes the importance of these repairs for maintaining aircraft integrity and operational readiness, and interested parties are encouraged to submit detailed capabilities packages by October 15, 2024. For further inquiries, respondents can contact the 424th SCMS at 424SCMS.RFI.Responses@us.af.mil, with the subject line “B-1 Titanium Weld Repair.”
    Atomx XYZ Purge and Trap Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and maintenance of the Teledyne Atomx XYZ Purge and Trap system at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary travel, tools, and labor for a precertification evaluation, preventative maintenance, and emergency repairs for the Chemical Analysis Laboratory. This equipment is critical for laboratory operations, and the contract will be awarded on a sole source basis to Teledyne Instruments Inc., with a firm-fixed-price arrangement. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Michele Watts at michele.watts.1@us.af.mil for further details, with the contract value being subject to the NAICS size standard of $34 million.
    L3 Harris T7 Multi-Mission Robotic system (T7) Platform
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking proposals for a five-year firm-fixed price contract for the T7 Multi-Mission Robotic System Platform (T7) to support the Robot Logistics Support Center (RLSC). The procurement aims to ensure operational readiness through the supply of essential parts, repair, maintenance, and technical support services for the T7 platform, which is critical for various military operations. This solicitation is issued under limited competition, specifically targeting L3 Harris Technologies, Inc., and proposals must be submitted by the designated deadline to be considered. Interested parties can contact Katherine Klein at katherine.d.klein2.civ@army.mil or Maj. Safiul Alam at safiul.m.alam.mil@army.mil for further information.
    SYNOPSIS OF PROPOSED CONTRACT ACTION - Dynatest Heavy Weight Deflectometer Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, intends to award a sole-source contract to Dynatest US Inc. for the annual service, maintenance, overhaul, and training of four Dynatest Heavy Weight Deflectometer (HWD) systems at Tyndall Air Force Base in Florida. This contract will cover comprehensive maintenance services, including inspections, software updates, calibrations, and a 12-month warranty on parts and workmanship, along with essential hands-on training for personnel operating these specialized systems used in pavement evaluation. The need for this contract arises from Dynatest being the sole provider of proprietary software and support for their equipment, ensuring operational readiness and data reliability for airfield assessments. Interested parties can contact Tucker Januchowski at tucker.januchowski@us.af.mil or Nicole Dean at nicole.dean.2@us.af.mil for further information.
    TIF Base+4 Whiteman AFB Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract to Aries Consulting and Integration LLC for Threat Information File (TIF) Data Analysis Services at Whiteman Air Force Base, Missouri. This contract aims to support the 72nd Test Squadron by providing on-site analysis of current TIF data, which is crucial for mission planning and operational effectiveness related to the B-2 enterprise. The services are vital due to the proprietary nature of the data analysis software used, which is exclusively controlled by the intended awardee, ensuring no alternative vendors can meet the requirement. The anticipated award date is on or after September 20, 2024, and inquiries can be directed to Lynn Duchene at lynnann.duchene@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil.
    Compact and Outdoor Antenna and Radome Ranges
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the calibration and preventive maintenance of compact indoor and outdoor antenna/radome test facility equipment at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary parts, labor, equipment, materials, travel, and services to support the Electronic Maintenance Group (EMXG), covering multiple ranges including Ranges 1-5, 9, and ALM-266, with ALM-266 requiring preventative maintenance only. This procurement is a sole source requirement directed to NSI-MI Technologies, Inc., with plans for a Firm-Fixed Price (FFP) contract for one base year and four option years, anticipated to be awarded around September 23, 2024. Interested parties may express their interest and capability to respond, but no foreign companies will be permitted to participate; inquiries can be directed to Claudette Macneil at claude.macneil@us.af.mil or Michele Watts at michele.watts.1@us.af.mil.
    AFJROTC CoDrone EDU (JROTC Edition) Competition Drones (Amendment 0001)
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron, is seeking proposals for the acquisition of CoDrone EDU (JROTC Edition) competition drones to enhance the Air Force Junior ROTC (AFJROTC) curriculum. This procurement aims to provide a package of 10 drones, complete with necessary sensors, programmable features, and accessories, to facilitate hands-on learning and competition preparation for high school students. The initiative underscores the importance of innovative educational tools in fostering STEM skills and responsible citizenship among students. Proposals are due by September 19, 2024, and interested parties can contact Jaeden Alvarez at jaeden.alvarez.2@us.af.mil or Mark K. Restad at mark.restad.1@us.af.mil for further information.
    TDACS USFJ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the TDACS requirement to Marzen Group LLC, as outlined in a special notice from the 374th Contracting Squadron at Yokota Air Force Base in Japan. The procurement includes a TDACS Portable Form Factor Workstation, TDACS Standard Edition v5.x License Bundle, TDACS Tactical Map 3D v5.x License, and one year of hardware maintenance. These products are critical for enhancing operational capabilities and have been previously supplied to the U.S. Government by Marzen Group LLC, which has demonstrated the ability to meet the government's needs. Interested parties wishing to challenge this sole source action must submit an interest letter to SrA Peter Iannuzzo at peter.iannuzzo@us.af.mil, with no solicitation documents available at this time.