Cloud Based Internet Isolation Service
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Information Systems Agency (DISA), IT Contracting Division, has issued a Solicitation (RFP HC108426R0005) for a Cloud Based Internet Isolation (CBII) Service. This opportunity seeks a managed service provider for the Department of War (DoW), utilizing Menlo Security, Inc.'s Cloud Browser (MSCB) solution to provide secure web access for up to 3.4 million users. The contract is a Firm-Fixed Price (FFP), with monthly invoicing based on 3.2 million DoW users. Proposals are due March 30, 2026, at 12:00 PM CST.
Scope of Work
The contractor will maintain and enhance a secure, managed cloud-based internet isolation service. This includes program support, managed services, delivery and sustainment of a FedRAMP+ Level 2 compliant Cloud Service Offering (CSO) engineered by Menlo Security, Inc., operational support via a 24x7x365 tiered service desk, Accreditation & Authorization (A&A) support (RMF), user migration, training, and engineering support. The solution must provide secure web browsing, threat mitigation, and data loss prevention (DLP). The core technology must be brand-name Menlo Security, Inc.
Contract Details
- Contract Type: Firm-Fixed Price (FFP)
- Duration: One-year base ordering period and four one-year option ordering periods, totaling up to five years.
- Base Period: April 15, 2026 – April 14, 2027.
- Set-Aside: Unrestricted. The procurement is brand-name specific to Menlo Security, Inc.'s MSCB product and cannot be set aside for small businesses due to subcontracting limitations.
- NAICS Code: 541519 (Computer Systems Design Services), Size Standard: $34,000,000.
- Place of Performance: Primarily remote/contractor facilities, with potential on-site work at government facilities (e.g., DISA Ft. Meade, MD) for classified tasks.
- Pricing: Monthly invoicing will be based on 3.2 million DoW users, with usage-based pricing removed from CLINs.
Key Requirements
- Security Clearances: Personnel require a final Secret clearance.
- Compliance: Adherence to DoD security directives, FedRAMP+ Level 2, and Cybersecurity Maturity Model Certification (CMMC) Level 2. Offerors need CMMC Level 2 (Self) at award, with CMMC Level 2 (C3PAO) required by the first option year.
- Interoperability: Must integrate with DISN Joint Infrastructure (DJI) security stack and support IPv6.
- Data Management: All data must reside on servers located in the United States.
- Deliverables: Numerous Contract Data Requirements List (CDRL) items are specified.
Submission & Evaluation
- Proposal Due Date: March 30, 2026, at 12:00 PM CST.
- Additional Questions Due: March 26, 2026, at 10:00 AM CST.
- Resubmission: Any previously submitted proposals must be resubmitted in their entirety to reflect the latest amendments.
- Evaluation: Award will be made using a Lowest Price Technically Acceptable (LPTA) process.
- Proposal Format: File size limits for Volume II (Technical/Management Approach) increased to 20MB. Cover pages, table of contents, and summary slides are excluded from page limits.
Points of Contact
- Primary: Angela Zang (angela.k.zang.civ@mail.mil, 667-890-0997)
- Secondary: Melissa A. Weh (melissa.a.weh.civ@mail.mil, 667-891-1281)