Cloud Based Internet Isolation Service

SOL #: HC108426R0005Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Information Systems Agency (Disa)
IT CONTRACTING DIVISION - PL84
SCOTT AFB, IL, 62225-5406, United States

Place of Performance

Place of performance not available

NAICS

Other Computer Related Services (541519)

PSC

Support Services, Delivered As A Service Contract (Saa S Or Subscription) Involved With The Analysis, Design, Development, Code, Test And Release Packaging Services Associated With Application Development Projects, As Well As Off The Shelf Business Software. (DA10)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 23, 2026
2
Last Updated
Mar 12, 2026
3
Submission Deadline
Mar 16, 2026, 5:00 PM

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), specifically the Department of War, is soliciting proposals (RFP HC108426R0005) for a Cloud Based Internet Isolation (CBII) Service. This requirement is for a proprietary, commercial off-the-shelf, brand-name Menlo Security, Inc.’s Cloud Browser product as a reseller-provided managed service. The action includes renewing existing and procuring new subscription licenses, and incorporating Menlo Security’s Highly Evasive and Adaptive Threats (HEAT) Shield with Artificial Intelligence/Machine Learning capabilities to enhance cybersecurity measures. An amended RFP is forthcoming to address questions. Proposals are currently due March 16, 2026, at 12:00 PM.

Scope of Work

The contractor will maintain and enhance a secure, cloud-based internet isolation managed service for up to 3.4 million Department of War users. This involves providing safe and reliable access to web resources while mitigating cyber threats. Key services include:

  • Program Support: Management, financial oversight, and reporting.
  • Managed Services: Contract management, schedule management, and documentation.
  • Cloud Service Offering (CSO): Delivering, deploying, and sustaining an unclassified CSO engineered by Menlo Security, Inc., ensuring isolation of internet traffic, threat mitigation, and compliance with FedRAMP+ Level 2.
  • Operational Service Support: Tiered service desk infrastructure for end-user support, incident management, and request fulfillment.
  • Accreditation & Authorization (A&A): Supporting Risk Management Framework (RMF) and A&A lifecycle.
  • Migration, Readiness Assessments, and Sustainment: User migration strategy and technical support.
  • Training: Development and delivery of training materials.
  • Engineering Support: Systems, architecture, network, configuration management, test, cybersecurity, and mobility engineering services. The service must integrate with DISN Joint Infrastructure (DJI) security stack, support IPv6, and comply with DoD mandates. Personnel require Final Secret clearance and CMMC Level 2 compliance.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP) for CBII Managed Service, Cost-Reimbursable for Travel.
  • Duration: One-year base period (April 15, 2026 – April 14, 2027) and four one-year option periods, with an option to extend services for up to 6 months. Total potential duration up to five years.
  • Set-Aside: Unrestricted. The procurement is brand-name specific to Menlo Security, Inc.'s MSCB product, as market research indicated no other solutions meet government requirements.
  • Product Service Code: DA10 (Support Services, SaaS or Subscription).
  • NAICS Code: 541519, Size Standard: $34,000,000.
  • Funding: Fiscal Year 2026 Defense Working Capital Funds.
  • Place of Performance: Primarily remote/on-site at contractor facilities; classified work may require government facilities.

Evaluation

Award will be made to the responsible offeror whose proposal represents the overall best value using a Lowest Price Technically Acceptable (LPTA) evaluation process. Technical and price proposals are required. Oral presentations will be conducted virtually via MS Teams.

Key Dates & Contacts

  • Questions Due: March 2, 2026, at 3:00 PM CST. Use Attachment 9 (RFP Questions and Answers Template).
  • Proposals Due: March 16, 2026, at 12:00 PM.
  • Primary Contact: Angela Zang (angela.k.zang.civ@mail.mil, 6678900997).
  • Secondary Contact: Melissa A. Weh (melissa.a.weh.civ@mail.mil, 6678911281).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Mar 12, 2026
View
Version 4
Solicitation
Posted: Mar 9, 2026
View
Version 3
Solicitation
Posted: Mar 6, 2026
View
Version 2Viewing
Solicitation
Posted: Mar 2, 2026
Version 1
Solicitation
Posted: Feb 23, 2026
View