Stealthpath
ID: W9127S24P0086Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST LITTLE ROCKLITTLE ROCK, AR, 72201-3225, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - DATA CENTER PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7C20)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, Little Rock District, is seeking to award a Firm-Fixed-Price contract for Stealthpath's ZSuite Zero-Trust solution, which encompasses software and support services aimed at enhancing cybersecurity measures. This initiative is designed to implement a behavioral monitoring system for Operational Technology (OT) devices across five critical infrastructure facilities, addressing compliance with federal cybersecurity mandates, including Presidential Executive Order 14028. The estimated contract value is $742,450, and it includes the provision of 20 ZAware tablets and five ZAlert installations to facilitate network assessments and continuous monitoring without internet connectivity. Interested parties can contact Taylor B. Mclain at taylor.b.mclain@usace.army.mil or 501-340-1715 for further details, with the project expected to be completed by the end of FY2025.

    Point(s) of Contact
    Sarah N. Hagood
    (501) 340-1277
    (501) 324-5196
    Sarah.N.Hagood@usace.army.mil
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Little Rock District, is seeking to award a Firm-Fixed-Price contract for Stealthpath's ZSuite Zero-Trust solution, which includes software and support services. This initiative, motivated by the critical need for enhanced cybersecurity measures aligned with Zero Trust principles, aims to implement a behavioral monitoring system for Operational Technology (OT) devices across five critical infrastructure facilities. The contract, estimated at $742,450, will provide 20 ZAware tablets and five ZAlert installations to assist in network assessments and continuous monitoring without requiring internet connectivity. The decision to proceed with Stealthpath is based on extensive evaluations confirming no other solutions meet the specific performance requirements. The proposed deployment is critical as it supports compliance with recent cybersecurity mandates from federal standards, such as Presidential Executive Order 14028. This contract is characterized as time-sensitive, necessitating completion by the end of FY2025, to strengthen the U.S. Army's operational resilience against cybersecurity threats impacting essential infrastructure. The document concludes with affirmations of fair cost determination and acknowledges unique attributes that position Stealthpath's services as necessary for protecting critical infrastructure assets.
    Lifecycle
    Title
    Type
    Stealthpath
    Currently viewing
    Special Notice
    Similar Opportunities
    Teleseer Scout Licnese
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a noncompetitive contract to Cyberspatial Inc. for the procurement of a Teleseer SCOUT Annual License and associated services. The contract includes the purchase of a specialized software license, customer engineering support, a 4K interactive touch monitor, and a rolling TV stand, all essential for cybersecurity testing and evaluation. The selected items will enable visualization of network discoveries during testing and facilitate the presentation of test results, underscoring their importance in enhancing cybersecurity capabilities. Interested parties can reach out to Contract Specialist Joshua Joiner at joshua.j.joiner.civ@us.navy.mil or by phone at 619-884-7262 for further details.
    ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build vertical construction services for the Department of Homeland Security's Customs and Border Protection facilities along the southern borders of California, Arizona, New Mexico, and Texas. This procurement is significant as it supports the construction of critical border patrol facilities, with a maximum contract capacity of $1.5 billion over a five-year base period with two option years, and individual task orders not exceeding $150 million. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on a 10% price evaluation for HUBZone businesses, as stipulated by Federal Acquisition Regulation (FAR) 19.1307. Proposals are due by October 15, 2024, and inquiries can be directed to Christopher Preston at christopher.r.preston@usace.army.mil or Nicholas Johnston at nicholas.i.johnston@usace.army.mil.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    81st Readiness Division (RD) Intrusion Detection System (IDS) Preventative and Corrective Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Charleston District, is soliciting quotes for Intrusion Detection System (IDS) Preventative and Corrective Maintenance Services for the 81st Readiness Division (RD). The procurement aims to ensure the operational integrity of IDS across various military facilities, requiring contractors to perform semi-annual preventative maintenance and respond to corrective maintenance needs as specified in the Performance Work Statement (PWS). This contract is critical for maintaining security systems that protect federal assets, with a total contract capacity capped at $2,500,000 over a five-year period, including one-year option periods. Interested small businesses must submit their quotes by September 24, 2024, at 11:00 AM EST, and can direct inquiries to Contract Specialist Lauren Secor at Lauren.L.Secor@usace.army.mil or Contracting Officer Brandon Lewis at Brandon.H.Lewis@usace.army.mil.
    Bridge to Evolution STE TESS (BEST) Multi Award Contract (MAC)
    Active
    Dept Of Defense
    The Department of Defense is seeking innovative approaches for its Bridge to Evolution STE TESS (BEST) Multi-Award Contract (MAC). The objective is to enhance and extend the functionality of the Army's tactical engagement simulation systems (TESS), aligning them with evolving training requirements. This procurement is divided into two lots. Lot 1 involves modifying existing TESS equipment to meet updated Army specifications, focusing on adaptability and future expansion. Lot 2 centers on developing and producing new TESS solutions, including dismounted, vehicle-mounted, and shoulder-launched munition systems. The government seeks to integrate emerging STE LTS TESS technology with the existing MILES TESS ecosystem, encouraging vendors to propose adaptable procedures and processes. The scope of work encompasses software and hardware modifications, production and delivery of TESS kits, and integration with the STE LTS TESS platform. The government aims to foster competition by avoiding solution-specific proposals and encouraging creativity in meeting the outlined objectives. Potential offerors are invited to provide feedback on the Draft Request for Proposal (DRFP), which outlines the requirements, Statement of Work (SOW), and evaluation criteria. The government seeks to revise and finalize the RFP based on industry responses, emphasizing efficiency and the removal of unnecessary requirements. Offerors should possess the capabilities and expertise to modify and produce TESS solutions, with a focus on past performance and technical merit. The contract is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) vehicle, attracting multiple awardees. The primary contact for this opportunity is Gloria Susie Hoybach, with additional inquiries directed to Roberto J. Gotay and Rafael A. Manzano. The deadline for feedback submission is 12:00 PM EST on 3rd June 2024, with the government aiming to release the final RFP shortly afterward. For this BEST MAC initiative, the Army seeks adaptable and cost-effective TESS solutions, leveraging industry feedback to shape the acquisition process.
    Maintenance and Repair Service on Medtronic Stealth System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Medical Readiness Contracting Office - Pacific, intends to award a sole-source contract for maintenance and repair services on the Medtronic Stealth System, primarily at Madigan Army Medical Center in Tacoma, Washington. The contract will be a firm fixed price, indefinite delivery, indefinite quantity (IDIQ) agreement for a five-year period, requiring certified technicians to perform preventive maintenance, repairs, and modifications in accordance with the original equipment manufacturer's standards. This service is critical for ensuring the operational reliability of medical equipment used to support military personnel and their families. Interested parties must submit documentation demonstrating their capabilities by September 27, 2024, at 10:00 AM Pacific Time, to Brittany Chartier and Scott Barr via email, as no solicitation will be issued.
    RFeye Spectrum Maintenance Hardware and Software License Renewal and Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking quotes for the renewal and support of RFeye Spectrum Maintenance hardware and software licenses. This procurement aims to ensure the continued operation of the CRFS Monitoring System, which is critical for the West Desert Test Center's Data Sciences Division, by providing necessary maintenance, repair, and training services. The contract emphasizes the importance of maintaining compatibility with existing systems, as alternative equipment would lead to significant costs and delays. Interested vendors must submit their quotes by September 20, 2024, and can contact Nneka Okeke-Stubbs at nneka.okeke-stubbs.civ@army.mil or Paul E. Frailey at paul.e.frailey.civ@army.mil for further information.
    Cisco & Pure Storage FlashStack Converged Infrastructure Data Management System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NAVSEA office, is seeking to procure a Cisco & Pure Storage FlashStack Converged Infrastructure Data Management System. This procurement is aimed at ensuring compatibility and performance within the NSWCPD network by utilizing Cisco products, which are critical to avoid interoperability issues and to provide necessary support services. The awarded contract, resulting from solicitation N6449823Q5062, amounts to $2,038,028.00 and has been granted to CTG Federal. For further inquiries, interested parties can contact John M. Ngov at john.m.ngov.civ@us.navy.mil or Jillian Randazzo at jillian.randazzo.civ@us.navy.mil.
    Carbon Black Software for Triton
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking quotes for the procurement of Carbon Black App Control software from VMware, LLC, under solicitation number N00421-24-Q-0525. This procurement is a total small business set-aside and aims to acquire various quantities of the software for desktop and server applications, with specific versions required for different systems. The selected vendor will be responsible for delivering the software to NAWCAD's facility in Patuxent River, Maryland, with all quotes due by September 23, 2024, at 8:00 AM EST. Interested parties should direct their inquiries and submissions to JaNae Lester at janae.a.lester.civ@us.navy.mil, ensuring compliance with the outlined requirements and delivery terms.
    L3 Harris T7 Multi-Mission Robotic system (T7) Platform
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal, is seeking proposals for a five-year firm-fixed-price contract to supply parts and services for the T7 Multi-Mission Robotic System Platform. This procurement aims to ensure the operational readiness of the T7 platform by providing essential repair, maintenance, and technical support services, specifically targeting L3 Harris Technologies, Inc. The contract, identified as W912CH-24-R-0134, is issued under limited competition authority and includes detailed requirements for hardware delivery, compliance with federal regulations, and adherence to security protocols. Proposals must be submitted electronically by October 10, 2024, with inquiries directed to Katherine Klein at katherine.d.klein2.civ@army.mil or Maj. Safiul Alam at safiul.m.alam.mil@army.mil.