SOURCES SOUGHT
70 -- Deployable Defensive Cyberspace Operations System - Modular version 2 (DDS-Mv2)
- Notice Date
- 6/18/2025 10:43:43 AM
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- W6QK ACC-APG CONT CT WASH OFC ALEXANDRIA VA 22331-0700 USA
- ZIP Code
- 22331-0700
- Solicitation Number
- W519TC-24-C-0026
- Response Due
- 6/26/2025 11:00:00 AM
- Archive Date
- 07/11/2025
- Point of Contact
- Esha Guhaniyogi, Lynette Perez
- E-Mail Address
-
esha.guhaniyogi.civ@army.mil, lynette.n.perez.civ@army.mil
(esha.guhaniyogi.civ@army.mil, lynette.n.perez.civ@army.mil)
- Description
- The Army Program Executive Office Intelligence, Electronic Warfare & Sensors (PEO IEW&S), PM DCO is seeking information from potential sources for experienced cyber-related advisory and assistance support services to augment PM DCO�s core Government personnel to support the missions of the PM DCO and its customers. PM DCO mission is to equip the United States (US) Army cyber defender and warfighter with advanced, agile, and flexible cyberspace infrastructure, platforms, and tools to quickly deliver effects. The PM DCO mission dictates a very unique set of cyber requirements, both operationally and tactically. Defensive cyberspace operations are defined as missions to preserve the ability to utilize blue cyberspace capabilities and protect data, networks, cyberspace-enabled devices, and other designated systems by defeating on-going or imminent malicious cyberspace activity. Defensive cyberspace operations include passive and active cyberspace operations intended to preserve the ability to protect data, networks, net-centric capabilities, and other Department of Defense (DoD) designated systems. Active cyberspace defense includes hunting for advanced internal threats, along with internal responses to those threats. All responsible sources may submit a quotation and technical capabilities, which, if received within five (05) business days of publication of this notice, shall be reviewed by PEO IEW&S DCO. The goal of this market research is to gain insight into vendors that can supply a Deployable Defensive Cyber Operations System that is modular. The vendor must have the capability to configure and deliver components of the DDS-Mv2 system, which needs to be mobile and able to compute-and-data-storage system that supports the Cyber Protection Team�s virtualized software deployable platforms. The DDS-Mv2 system provides a rapid deployment capability to execute the DCO mission anywhere in the world that allows for up to 10 Gbps per second of compute and storage resources needed to host an array of virtualized DCO tools in a multitude of theaters of operation. The system is intended to integrate with Non-classified Internet Protocol (IP) Router Network (NIPRNet), Secret Internet Protocol Router Network (SIPRNet), and other mission partner networks. The system needs to consist of a backpack and several transit cases to house equipment and associated network, data, and power cables, laptop and several other accessories. These kits shall have the ability to capture/process/store network ingest with an aggregate speed of 10 Gbps. Platform shall be able to support DCO Tools/software using a variety of deployment methods such as ansible, Aziz, terraform, and other automations. The DDS-Mv2 kit must have an improved form factor with that reduces complexities and limitations of physical wiring, virtual networking, virtual storage, and ease of use of automated DCO tools. Priorities of the platform include: � Improve operational stability � Provide storage media capable of sanitization procedures outlined in the Army DA-PAM 25-2-3 and 25-2-8 � Provide tiered data & sensor array options � Improve SWAP-C efficiency Provide infrastructure remote management access � Integrate secure connection (virtual private network (VPN), secure VRF, etc.) for remote management Automate configuration & deployment � Increase compute and storage resources to facilitate concurrent use of cyberspace analytics solutions and DCO Tools Suite programs THIS RFI IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES BY THE GOVERNMENT WILL ARISE AS A RESULT OF SUBMISSION OF RESPONSES TO THIS RFI AND GOVERNMENT USE OF SUCH INFORMATION. NO SOLICITATION DOCUMENT EXISTS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/df62b0911a134cb2877d2c27df351113/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD, USA
- Country: USA
- Country: USA
- Record
- SN07483378-F 20250620/250618230340 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |