iSEC7 Enterprise Mobility Management (EMM)/Sphere for Defense Enterprise Email (DEE)
ID: HC108425R0009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)IT CONTRACTING DIVISION - PL84SCOTT AFB, IL, 62225-5406, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

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

    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the renewal of ISEC7 Enterprise Mobility Management (EMM) Sphere licenses for 5,000 Department of Defense Mobility Classified Capability – Secret (DMCC-S) devices. This procurement aims to secure brand-name, commercial-off-the-shelf software that includes a Microsoft Outlook Client module with secure privileged identity management and delegation mailbox capabilities, essential for enabling encrypted information access on DMCC-S devices. The contract period is set from July 15, 2025, to July 14, 2026, with proposals due by June 20, 2025, at 11:00 AM CST, and revised quotes accepted until June 30, 2025, at 3:00 PM CST. Interested vendors, specifically those certified under the SBA 8(a) program, should direct inquiries to Angela Zang or Derek Urscheler via the provided contact details.

    Files
    Title
    Posted
    This document outlines the Q&A instructions for the RFP No. HC108425R0009, focusing on a competitive procurement process for authorized resellers of iSEC7 products. Respondents are instructed to complete a designated spreadsheet with questions, comments, and recommendations related to the RFP, specifying page numbers, sections, and relevant clauses. Key issues include concerns about pricing fairness among vendors, especially regarding competition due to another vendor's registration, which could lead to protests. The government clarifies that it does not control OEM pricing, emphasizing that quotations must come from authorized resellers only. Additionally, the government does not provide direct contacts for resellers to facilitate further inquiries. This document serves to expedite clarifications and ensure structured communication during the RFP process.
    This document outlines a federal request for proposal (RFP) for the acquisition of an email client and classification marking solution from a contractor. The bid includes a specific quantity of 5,000 units of the ISEC7 Sphere Enhanced Email Client under defined terms, including a requested delivery date of no later than July 11, 2025. The items must be delivered to the Defense Information Systems Agency in Fort Meade, MD. The document also specifies compliance requirements, particularly for property accountability, guided by DISA’s policies, and necessitates a review of warehouse stock to ensure that requested items are not already available as surplus. Additionally, it includes instructions for item identification and tracking related to the IUID requirements as per federal acquisition regulations. Overall, this RFP emphasizes the importance of adherence to contractual obligations and proper documentation for a successful procurement process, underscoring the federal government's structured approach to acquisitions.
    This document outlines requirements for a government contract involving the procurement of ISEC7 Sphere Enhanced Email Client and Classification Marking Solution, specifically tailored for mobile devices and tablets. The contractor is required to provide 5,000 offline licenses that include 24/7 maintenance and support, with a delivery deadline of July 11, 2025. It specifies the need for compliance with various Department of Defense regulations regarding property accountability and inventory management. The contractor must submit an Electronic Product List and ensure that items are not available in surplus. It emphasizes the necessity of marking compliant items for Unique Identification (UID) as per DFARS regulations. The document's overarching purpose is to guide contractors in fulfilling the requirements and procedural norms associated with government procurement, ensuring that all items provided meet specified standards and regulations while facilitating proper accounting and tracking.
    The document outlines the contractor requirements for a government procurement related to the Defense Information Systems Agency (DISA). It specifies the details for submitting bids for the ISEC7 Sphere Enhanced Email Client and Classification Marking Solution, including essential contractor information such as contact details, CAGE Code, and DUNS number. The request includes a quantity of 5,000 units with an emphasis on delivery timelines and property accountability as per DISA regulations. Deliveries must occur by July 11, 2025, with particulars regarding warranty compliance and maintenance support for mobile devices. Additionally, it instructs potential contractors to confirm the availability of similar items in the DISA warehouse and to comply with Unique Item Identifier (IUID) requirements established by DFARS 252.211-7003. The overall aim is to ensure that the contractor adheres to specific requirements and regulations during the procurement process, emphasizing accountability and compliance with government standards.
    The document serves as a guidance template for addressing questions and comments related to a Request for Proposal (RFP) designated as HC108425R0009. It stipulates specific instructions for contractors on how to articulate issues efficiently via a designated spreadsheet format. Key elements include the necessity to note page numbers, section references, and categorize inquiries regarding any clauses or attachments. A streamlined process is emphasized for submitting questions to the specified email address, ensuring clarity in communication. The RFP outlines a structured method for tracking and responding to contractor inquiries, which enhances the efficiency of the proposal evaluation process. This approach aligns with best practices in government contracting, ensuring that all parties involved have clear expectations and guidelines to facilitate success.
    The document outlines a government Request for Proposal (RFP) for the purchase of 5,000 licenses for the iSEC7 Sphere Enhanced Email Client. It emphasizes the requirements for offer submission, focusing on the need for vendors to comply with specific guidelines, including proof of being authorized resellers for the products offered. Proposals must be submitted electronically by 11:00 AM on June 20, 2025, with all pricing included in a specified worksheet format to ensure clarity and compliance. Key evaluation criteria for the bids include technical compliance with the RFP's requirements and the reasonableness of price submissions. The government intends to award the contract to the lowest priced proposal that meets technical specifications, potentially without further discussions with bidders. A range of regulatory clauses related to telecommunications services, labor laws, and trade agreements is included, reflecting federal compliance standards. Overall, this RFP demonstrates the government's commitment to engaging qualified small business contractors while ensuring adherence to stringent guidelines and transparency in the procurement process. It encapsulates the structured approach typical of federal contracting, ensuring all proposals undergo a rigorous evaluation for the best value to the government.
    The document is an amendment to a federal solicitation, specifically denoting revisions and updates to the Request for Proposals (RFP) under the contract ID HC108425R0009. The main purpose of this amendment is to update the RFP Question and Answers Template, providing clarity on inquiries previously submitted. The response due date for the proposals remains unchanged, set for June 20, 2025, at 11:00 AM CST. Additionally, the amendment outlines the procedures for offerors to acknowledge receipt of the amendments to ensure their offers are considered valid. Those submitting proposals must indicate their understanding of this amendment by either returning signed copies or acknowledging receipt in their submissions. The document also emphasizes that failure to acknowledge this amendment may lead to the rejection of proposals. Overall, this amendment illustrates the ongoing process of managing federal solicitations and maintaining clear communication with potential contractors to facilitate a streamlined procurement process.
    The document outlines an amendment to a federal solicitation, specifically regarding the changes made to the contract identified as HC108425R0009. The main purpose of the amendment includes updates to the description for CLIN 0001, allowing the inclusion of additional manufacturer part numbers (ISEC7.MED.OFF.CAL.AN.247) alongside an existing one. Furthermore, the attachment list for pricing documentation has been updated, replacing the previous attachment with a revised version. Importantly, the submission deadline for proposals remains unchanged, set for June 20, 2025, at 11:00 AM CST. Contractors are instructed to acknowledge receipt of the amendment in order to ensure their offers are considered valid and not rejected. This modification highlights administrative changes aimed at clarifying terms and ensuring compliance within the solicitation process, which is common in government Request for Proposals (RFPs) and contracts.
    This government document serves as an amendment to a solicitation or modification of a contract, specifically labeled as Amendment 0003 for Contract ID HC108425R0009. The primary purpose of the amendment includes updating the EPL Pricing Worksheet, clarifying that the pricing indicated in Column H10 pertains to a total unit price for a 12-month period, rather than one month. Additionally, it stipulates that only offers submitted in response to the original due date of June 20, 2025, at 11:00 AM CST, will be considered, and the deadline for revised quotes has been extended to June 30, 2025, at 3:00 PM CST. The document emphasizes the requirements for offerors to acknowledge receipt of the amendment to avoid rejection of their offers. It also details administrative changes related to the solicitation process, ensuring compliance with federal acquisition regulations. Overall, this amendment ensures the clarity and accuracy of contract specifications, deadlines, and administrative protocols involved in the procurement process.
    Similar Opportunities
    Brand Name Only (BNO) Palo Alto Software Licenses FY26
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Brand Name Only (BNO) Palo Alto software licenses for Fiscal Year 2026 under solicitation FA445226Q0003. The procurement aims to acquire Palo Alto Networks VM-Series licenses, which are essential for enhancing network security and maintaining compliance with security policies, as they are the only certified software compatible with the EACN's architecture. The licenses will support critical functions such as threat prevention and network traffic analysis, thereby reducing vulnerabilities to cyber threats. Proposals are due by 12:00 PM Central Standard Time on October 24, 2025, and must be submitted electronically to the primary contacts, Duncan Bowman and Jordan Butler, with late submissions not being accepted.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.
    NETWORK SECURITY PR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of network security hardware and software under the title "NETWORK SECURITY PR." This contract encompasses the manufacture and quality assurance requirements for electronic computer manufacturing, specifically focusing on IT and telecom servers and perpetual license software. The goods and services sought are critical for ensuring the security and integrity of defense logistics operations. Interested vendors should direct inquiries to Shane Wisor at 445-737-1148 or via email at SHANE.WISOR@DLA.MIL, with proposals expected to adhere to the outlined specifications and requirements.
    COMPUTER SYSTEM,DIG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a digital computer system. This contract involves the manufacture and supply of a specific computer system, with a recent amendment updating the quantity from nine units to two and extending the solicitation due date to December 22, 2025. The goods are critical for various military applications, emphasizing the importance of compliance with stringent quality and inspection standards, including ISO 9001 and MIL-STD specifications. Interested vendors should direct inquiries to Jeremy Crow via email at JEREMY.CROW@DLA.MIL and ensure their proposals are submitted by the revised deadline.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    Trusted System SIPR Guard
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking procurement for the Trusted System SIPR Guard, which falls under the category of IT and Telecom - Security and Compliance Products. This opportunity aims to acquire hardware and perpetual license software necessary for the SIPR Guard system, which is crucial for maintaining secure communications within military operations. Interested vendors can reach out to the primary contact, Cynthia Bernardez, at cynthia.bernardez@usmc.mil or by phone at 760-830-5110, or the secondary contact, Patrick L. Doyle, at patrick.doyle@usmc.mil or 760-830-5115, for further details regarding the procurement process.
    Resident Engineer/Subject Matter Experts (RE/SMEs) in support of Defense Information Systems Agency (DISA) Voice Services Support of Unified Capabilities (UC).
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking qualified small businesses to provide Resident Engineer/Subject Matter Experts (RE/SMEs) in support of its Voice Services and Unified Capabilities initiatives, specifically focusing on Ribbon products. The procurement aims to secure on-site technical support for network analysis, troubleshooting, optimization, and training related to the Ribbon Soft Switch and associated network components, which are critical for the Department's transition to an Everything over IP (EoIP) standard. The anticipated contract includes a one-year base period with four one-year option periods, requiring two full-time RE/SMEs to be stationed at Scott Air Force Base, Illinois, with potential travel to Fort Meade, Maryland. Interested parties must have a Secret Facility Clearance, be authorized Ribbon resellers, and submit their responses by December 22, 2025, to the primary contact, Stephanie Chapman, at stephanie.h.chapman2.civ@mail.mil.
    Reaward a 3 MB Commercial Circuit Intra-Europe.
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking quotes for the re-award of a 3 MB Commercial Circuit Intra-Europe service. This procurement is aimed at telecommunications providers who can meet the specified requirements for commercial items, as outlined in the combined synopsis/solicitation notice. The service is crucial for maintaining effective communication and connectivity within the European theater, ensuring operational readiness and support for defense activities. Interested vendors must submit their quotes, which will be evaluated based on the lowest price technically acceptable (LPTA) criteria, and should direct inquiries to Karie Kapise or Sarah Tyler via their provided email addresses. The solicitation does not have a small business set-aside, and all submissions must comply with the specified terms and conditions.
    Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services for the Department of Defense (DoD) and Federal Agencies
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking to establish a Blanket Purchase Agreement (BPA) Bridge for Consolidated Standard Inmarsat Broadband Global Area Network (BGAN) and Global Xpress (GX) Services. This procurement aims to provide essential telecommunications services to the DoD and other federal agencies, ensuring reliable and efficient connectivity for various operations. The services are critical for maintaining communication capabilities in diverse environments, supporting both operational and strategic missions. Interested vendors can reach out to primary contact Jenalle L. Hilmes at jenalle.hilmes@disa.mil or by phone at 618-418-6585, or secondary contact Ashley T. Hubert at ashley.t.hubert.civ@mail.mil or 618-418-6249 for further details.