SOLICITATION NOTICE
D -- Kernel Level Security Configuration Policy for the Department of Defense (DoD) Mobility Classified Capability (DMCC) Program
- Notice Date
- 3/23/2018
- Notice Type
- Presolicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- HC101318A0004
- Archive Date
- 4/12/2018
- Point of Contact
- Joseph L. Santel, Phone: 6182299209, Angela K. Zang, Phone: 618-229-9435
- E-Mail Address
-
joseph.l.santel2.civ@mail.mil, angela.k.zang.civ@mail.mil
(joseph.l.santel2.civ@mail.mil, angela.k.zang.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a notice of proposed contract action that the Defense Information Technology Contracting Organization (DITCO) Mobility Section PL8414, 2300 East Drive, Scott AFB IL 62225, intends to issue a single award blanket purchase agreement (BPA) to Quark Security, Inc., 10320 Little Patuxent Pkwy, Suite 320, Columbia, MD 21044, for the procurement of the kernel level security configuration policy in support of the Defense Information Systems Agency Department of Defense Mobility Classified Capability Program. The kernel policies must be compatible with Security Enhanced Linux/Android and interact with the Android Operating System at the lowest level. Additionally, the kernel policies must be compatible with devices and tablets on the Commercial Solutions for Classified Program components list, as well as the Mobile Iron Mobile Device Management, Samsung Knox server and Samsung Enterprise Mobility Management server. The kernel policies must be able to disable key hardware features early in the system bootloader process and whitelist applications for use on the devices. At this time, Quark Security, Inc. is the only source capable of providing a kernel level configuration security policy that meets all of the required capabilities. The statutory authority for other than full and open competition is 10 USC 2304(c)(1), only one responsible source and no other type of property or services will satisfy the agency requirement. Anticipated award execution is April 2018. The award will be firm fixed price and will be available for one (1) o ne-year base period plus four (4), 1-year option periods. The estimated period of performance is April 2018 - April 2019, with the agreement expiring April 2023. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency for the duration of the BPA.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC101318A0004/listing.html)
- Place of Performance
- Address: United States
- Record
- SN04864939-W 20180325/180323231121-63f6b92d3c8fb911881a93ea74f04bc9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |