Air Force awards $13.8M for Cisco ISE deployment to Iron Bow Technologies

Contract Overview

Contract Amount: $13,777,988 ($13.8M)

Contractor: Iron BOW Technologies, LLC

Awarding Agency: Department of Defense

Start Date: 2024-09-30

End Date: 2026-09-29

Contract Duration: 729 days

Daily Burn Rate: $18.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: THIS EFFORT IS TO PROVIDE LICENSING AND ENGINEERING TECH SUPPORT TO DEPLOY CISCO IDENTITY SERVICES ENGINE (ISE) TO AIR FORCE, US SPACE FORCE, RESERVE, AND AIR NATIONAL GUARD BASES TO MEET DOD COMPLY-TO-CONNECT (C2C) STEP 4 AND STEP 5 REQUIREMENTS.

Place of Performance

Location: HERNDON, FAIRFAX County, VIRGINIA, 20171

State: Virginia Government Spending

Plain-Language Summary

Department of Defense obligated $13.8 million to IRON BOW TECHNOLOGIES, LLC for work described as: THIS EFFORT IS TO PROVIDE LICENSING AND ENGINEERING TECH SUPPORT TO DEPLOY CISCO IDENTITY SERVICES ENGINE (ISE) TO AIR FORCE, US SPACE FORCE, RESERVE, AND AIR NATIONAL GUARD BASES TO MEET DOD COMPLY-TO-CONNECT (C2C) STEP 4 AND STEP 5 REQUIREMENTS. Key points: 1. The contract focuses on deploying Cisco Identity Services Engine (ISE) to Air Force, Space Force, Reserve, and Air National Guard bases. 2. The primary goal is to meet DoD's Comply-to-Connect (C2C) requirements, enhancing network security. 3. Iron Bow Technologies, LLC is the sole awardee for this definitive contract. 4. The contract is valued at $13,777,988.26 and runs for 729 days.

Value Assessment

Rating: good

The contract value of $13.8M for a 2-year deployment of network security software appears reasonable given the scope and complexity of integrating with multiple branches of the Air Force and related entities. Benchmarking against similar large-scale network security deployments would provide further context.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition. This method may impact price discovery if fewer vendors were considered than in a truly open competition, potentially leading to higher costs.

Taxpayer Impact: Taxpayers are funding a critical cybersecurity upgrade to meet DoD mandates, which is essential for national security. The cost is justified by the need for robust network access control.

Public Impact

Enhances cybersecurity posture across multiple Air Force-affiliated branches. Ensures compliance with Department of Defense network security standards. Supports secure network access for military personnel and systems. Modernizes critical network infrastructure for enhanced operational readiness.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the IT services sector, specifically focusing on computer systems design and integration. Spending on network security and identity management solutions is a significant area for government IT budgets, driven by evolving cyber threats and compliance requirements.

Small Business Impact

The contract was awarded to Iron Bow Technologies, LLC, which is not explicitly identified as a small business in the provided data. The 'sb' field is false, suggesting it is not a small business set-aside. Therefore, there is no direct benefit to small businesses from this specific award.

Oversight & Accountability

The contract is a definitive contract with a set duration and value, suggesting a degree of oversight. However, the 'exclusion of sources' in the competition method warrants scrutiny to ensure fair opportunity and prevent undue restrictions.

Related Government Programs

Risk Flags

Tags

computer-systems-design-services, department-of-defense, va, definitive-contract, 10m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Defense awarded $13.8 million to IRON BOW TECHNOLOGIES, LLC. THIS EFFORT IS TO PROVIDE LICENSING AND ENGINEERING TECH SUPPORT TO DEPLOY CISCO IDENTITY SERVICES ENGINE (ISE) TO AIR FORCE, US SPACE FORCE, RESERVE, AND AIR NATIONAL GUARD BASES TO MEET DOD COMPLY-TO-CONNECT (C2C) STEP 4 AND STEP 5 REQUIREMENTS.

Who is the contractor on this award?

The obligated recipient is IRON BOW TECHNOLOGIES, LLC.

Which agency awarded this contract?

Awarding agency: Department of Defense (Department of the Air Force).

What is the total obligated amount?

The obligated amount is $13.8 million.

What is the period of performance?

Start: 2024-09-30. End: 2026-09-29.

What specific technical challenges were encountered that necessitated the exclusion of other sources, and how were these addressed to ensure fair pricing?

The data indicates 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' suggesting a justification was made for limiting the pool of potential bidders. Understanding the technical or security prerequisites that led to this exclusion is crucial. Without this information, it's difficult to definitively assess if the pricing reflects competitive market rates or if the limited competition resulted in a premium.

How will the effectiveness of the Cisco ISE deployment be measured against the DoD's C2C Step 4 and Step 5 requirements?

Effectiveness will likely be measured through compliance audits and successful integration testing against the defined C2C requirements. Key performance indicators could include the percentage of devices successfully onboarded, the reduction in unauthorized network access attempts, and the system's ability to enforce security policies dynamically. Regular reporting and validation by DoD cybersecurity personnel will be essential.

What is the long-term strategy for maintaining and updating the Cisco ISE system post-contract, and what are the associated cost implications?

The current contract covers deployment and initial support. A long-term strategy would involve ongoing maintenance, software updates, and potential future upgrades. This typically requires separate support contracts or internal sustainment capabilities. The cost implications could be significant, depending on the vendor's licensing and support model, and the frequency of necessary updates to counter emerging threats.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesComputer Systems Design Services

Product/Service Code: IT AND TELECOM - DATA CENTER

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: ALTERNATIVE SOURCES

Solicitation ID: FA700023SC001

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 2121 COOPERATIVE WAY STE 500, HERNDON, VA, 20171

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $24,983,151

Exercised Options: $16,718,840

Current Obligation: $13,777,988

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Timeline

Start Date: 2024-09-30

Current End Date: 2026-09-29

Potential End Date: 2026-09-29 00:00:00

Last Modified: 2025-12-15

More Contracts from Iron BOW Technologies, LLC

View all Iron BOW Technologies, LLC federal contracts →

Other Department of Defense Contracts

View all Department of Defense contracts →

Explore Related Government Spending