Cyber Hygiene Support Services
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 Department of Homeland Security (DHS), specifically the CISA Contracting Activity, has issued a Justification for Exception to Fair Opportunity for Cyber Hygiene Support Services. This action justifies a sole-source award to NTT Data Services Federal Government, LLC as a logical follow-on to an existing order, ensuring continuity of critical cybersecurity services for CISA's over 12,500 customers. This is not a solicitation for proposals.
Scope of Work
The services are essential for strengthening DHS/CISA's cybersecurity posture, limiting exposure, and reducing exploitation rates. Key services include:
- Vulnerability Scanning (VS): Scans and reports on external, IP-based vulnerabilities.
- Web Application Scanning (WAS): Assesses publicly accessible web applications for known vulnerabilities and weak configurations.
- Posture and Exposure services: Utilizes open-source and vendor-supplied data feeds to provide actionable reports.
Contract & Timeline
- Contract Type: Justification for Exception to Fair Opportunity (Sole-Source)
- Period of Performance: March 30, 2026, through March 29, 2027
- Incumbent Contractor: NTT Data Services Federal Government, LLC
- Previous Award: Competitively awarded task order on September 30, 2020, against GSA Alliant 2 Unrestricted vehicle.
- Published Date: April 15, 2026
Rationale for Exception
The sole-source action is approved in the interest of economy and efficiency, preventing disruption of critical security services and avoiding significant delays and cost inefficiencies associated with transitioning to a new vendor. This is a logical follow-on to an existing order.
Set-Aside
This specific action is a sole-source justification. However, market research indicates that multiple companies on the GSA Alliant 2 GWAC can support the requirement for a future competitive award.
Evaluation
This document is a justification, not a solicitation. The Contracting Officer anticipates a fair and reasonable price based on GSA Alliant 2 GWAC rates, historical pricing, and comparison to the Independent Government Cost Estimate (IGCE).
Additional Notes
A competitive procurement for these services is currently underway, with an estimated award date in Q2 Fiscal Year 2027. The justification will be posted on SAM.gov.