TOD-VSU NetCloud License Renewal JOFOC
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 U.S. Marshals Service (USMS), under the Department of Justice, has issued a Justification for Other Than Full and Open Competition (JOFOC) for the renewal of Cradlepoint NetCloud Mobile Essentials Plan subscriptions and licenses. This action is a follow-on to existing services, ensuring continued operation of the NetCloud Manager system for router management. The period of performance is from April 1, 2026, to March 31, 2030, including a base year and three option years.
Scope of Work
This requirement is for the renewal of Cradlepoint NetCloud Mobile Essentials Plan subscriptions and licenses, including specific quantities for various plan types and router licenses. The NetCloud Manager system is critical for configuring, monitoring, patching, and securing Cradlepoint routers, providing centralized management, remote access, and security enforcement capabilities for the USMS.
Contract & Timeline
- Type: Justification for Other Than Full and Open Competition (JOFOC)
- Contract Type: Firm-fixed price
- Period of Performance: April 1, 2026 - March 31, 2030 (Base Year + 3 Option Years)
- Published: March 31, 2026
- Place of Performance: Jasper, GA 30143, United States
Eligibility / Set-Aside
This acquisition is justified for other-than-full-and-open competition due to brand-name descriptions and the unique capabilities of the Cradlepoint NetCloud Manager system. Market research confirmed no equivalent or interoperable alternative meets the government's minimum technical and cybersecurity requirements. ATNA Systems is identified as the vendor capable of meeting the agency's needs with actively configured agency-specific security policies, certificates, firmware baselines, and remote-management profiles.
Evaluation
This is a justification for sole-source procurement, not a solicitation for proposals. Price reasonableness will be evaluated using price analysis techniques, including comparison of historical prices and commercial market data.
Additional Notes
The justification is made under RFO Parts 6.103 and 6.104, authorized by 41 U.S.C 3304. The government intends to reevaluate the requirement and consider competition in the future.