DoD awards $4.98M for mobile endpoint protection, with follow-on licenses for Defense Mobility
Contract Overview
Contract Amount: $4,976,407 ($5.0M)
Contractor: NEW Tech Solutions, Inc.
Awarding Agency: Department of Defense
Start Date: 2025-09-25
End Date: 2026-09-24
Contract Duration: 364 days
Daily Burn Rate: $13.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Number of Offers Received: 4
Pricing Type: FIRM FIXED PRICE
Sector: IT
Official Description: MOBILE ENDPOINT PROTECTION FOLLOW-ON FY25 ZIMPERIUM LICENSES FOR DEFENSE MOBILITY UNCLASSIFIED CAPABILITY
Place of Performance
Location: FORT GEORGE G MEADE, ANNE ARUNDEL County, MARYLAND, 20755
State: Maryland Government Spending
Plain-Language Summary
Department of Defense obligated $5.0 million to NEW TECH SOLUTIONS, INC. for work described as: MOBILE ENDPOINT PROTECTION FOLLOW-ON FY25 ZIMPERIUM LICENSES FOR DEFENSE MOBILITY UNCLASSIFIED CAPABILITY Key points: 1. Contract focuses on critical mobile security for defense personnel. 2. Follow-on award suggests satisfaction with previous performance or technology. 3. Limited duration of one year indicates potential for future re-competition or adjustments. 4. Pricing appears competitive given the specialized nature of endpoint protection. 5. The award is for a specific technology solution, not broad IT services. 6. Geographic focus on Maryland highlights a key operational hub.
Value Assessment
Rating: good
The contract value of $4.98 million for one year of mobile endpoint protection licenses appears reasonable for specialized defense technology. Benchmarking against similar cybersecurity contracts for government agencies reveals a competitive price point, especially considering the 'new tech' aspect. The firm-fixed-price structure provides cost certainty for the government. Further analysis would require comparing the specific features and capabilities of Zimperium licenses against other market offerings.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under full and open competition after exclusion of sources, indicating that while other sources were considered, specific reasons led to the exclusion of some. The presence of 4 bidders suggests a healthy level of competition for this specialized defense IT requirement. This competition likely contributed to achieving a fair market price for the mobile endpoint protection solution.
Taxpayer Impact: The full and open competition, despite excluding some sources, indicates that taxpayers benefited from a competitive bidding process, likely resulting in a more cost-effective solution.
Public Impact
Defense personnel utilizing mobile devices will benefit from enhanced security. Services delivered include licensing and support for mobile endpoint protection software. Geographic impact is concentrated in Maryland, a significant defense hub. Workforce implications include ensuring secure communication and data access for military and civilian staff.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for vendor lock-in if follow-on contracts are consistently awarded to the same provider without re-evaluation.
- Reliance on a single vendor for critical security functions could pose a risk if the vendor experiences disruptions.
- The 'after exclusion of sources' clause warrants scrutiny to ensure fair competition was maintained.
Positive Signals
- Follow-on award suggests successful prior performance and user satisfaction.
- Firm-fixed-price contract provides budget predictability.
- Award to a 'new tech' provider could indicate adoption of advanced security capabilities.
Sector Analysis
The cybersecurity market, particularly for endpoint protection, is a rapidly evolving sector. Government spending in this area is substantial, driven by the need to protect sensitive data and critical infrastructure. This contract fits within the broader IT services and software licensing category, with a specific focus on mobile security solutions. Comparable spending benchmarks would involve looking at other federal contracts for similar mobile security platforms and enterprise-level cybersecurity software.
Small Business Impact
This contract does not appear to have a small business set-aside. The prime contractor, NEW TECH SOLUTIONS, INC., is not explicitly identified as a small business in the provided data. There is no information on subcontracting plans for small businesses. This award may not directly benefit the small business ecosystem unless the prime contractor engages in significant subcontracting with them.
Oversight & Accountability
Oversight for this contract will likely be managed by the Defense Information Systems Agency (DISA), which procured the service. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified licenses and services. Transparency is facilitated by the public nature of federal contract awards, though specific performance metrics and detailed oversight reports are not publicly available.
Related Government Programs
- DoD Cybersecurity Programs
- Mobile Device Management (MDM) Solutions
- Endpoint Detection and Response (EDR)
- Defense Information Technology Contracting
Risk Flags
- Potential for limited competition due to 'exclusion of sources' clause.
- Short contract duration may impact long-term security strategy and cost-effectiveness.
- Reliance on a single vendor for critical security functions.
Tags
it, defense, cybersecurity, mobile-endpoint-protection, software-licensing, full-and-open-competition, firm-fixed-price, defense-information-systems-agency, department-of-defense, maryland, new-technology
Frequently Asked Questions
What is this federal contract paying for?
Department of Defense awarded $5.0 million to NEW TECH SOLUTIONS, INC.. MOBILE ENDPOINT PROTECTION FOLLOW-ON FY25 ZIMPERIUM LICENSES FOR DEFENSE MOBILITY UNCLASSIFIED CAPABILITY
Who is the contractor on this award?
The obligated recipient is NEW TECH SOLUTIONS, INC..
Which agency awarded this contract?
Awarding agency: Department of Defense (Defense Information Systems Agency).
What is the total obligated amount?
The obligated amount is $5.0 million.
What is the period of performance?
Start: 2025-09-25. End: 2026-09-24.
What is the specific nature of the 'mobile endpoint protection' being provided by Zimperium, and how does it differ from standard antivirus software?
Mobile endpoint protection, in the context of Zimperium licenses for the Department of Defense, typically refers to advanced security solutions designed specifically for mobile devices like smartphones and tablets. Unlike traditional antivirus software that primarily focuses on detecting known malware signatures on desktops, mobile endpoint protection employs a broader range of techniques. These often include behavioral analysis to detect zero-day threats, application security testing to identify vulnerabilities in mobile apps, network intrusion detection to prevent malicious connections, and data loss prevention (DLP) capabilities to safeguard sensitive information stored on or transmitted by the device. For the DoD, this translates to protecting against sophisticated mobile threats that could compromise classified information or disrupt operations, going beyond basic malware scanning to encompass device integrity, app security, and secure communication.
How does the 'follow-on' nature of this award impact the assessment of value for money compared to a new award?
A follow-on award can indicate several things regarding value for money. Positively, it suggests that the previous deployment of Zimperium licenses was successful, meeting the DoD's requirements and performing as expected, which reduces the risk associated with adopting a new, unproven solution. This continuity can also lead to cost efficiencies through established support structures and potentially volume discounts. However, it also necessitates careful evaluation to ensure that the government is not overpaying due to a lack of renewed competition or that the technology itself hasn't become outdated. The 'after exclusion of sources' clause in this specific award warrants scrutiny to confirm that competitive pressures were still applied effectively, ensuring the follow-on award represents continued good value rather than complacency.
What are the potential risks associated with a one-year contract duration for critical cybersecurity software?
A one-year contract duration for critical cybersecurity software like mobile endpoint protection presents several potential risks. Firstly, it creates a degree of uncertainty regarding long-term security posture; the government must continually invest time and resources in re-competing or extending the contract. This can lead to procurement delays, potentially leaving a gap in protection. Secondly, frequent re-competition might discourage vendors from making significant long-term investments in supporting the government's specific needs if they perceive the contract as unstable. Thirdly, it could lead to higher overall costs if the administrative burden of repeated procurement processes outweighs any potential savings from competitive bidding. Finally, it may hinder the seamless integration of advanced, evolving security features that require longer development and deployment cycles.
Given the 'new tech' designation and the specific vendor, how does this contract fit into the broader landscape of DoD cybersecurity modernization efforts?
This contract aligns with the DoD's ongoing efforts to modernize its cybersecurity infrastructure, particularly in adapting to the increasing use of mobile devices for official business. The 'new tech' designation suggests the adoption of advanced or emerging security solutions beyond traditional perimeter defenses. Zimperium is known for its focus on mobile threat defense, which is crucial as the DoD expands its mobile capabilities for personnel operating in diverse and often challenging environments. By securing licenses for this technology, the DoD is investing in protecting its mobile endpoints from sophisticated threats, thereby enhancing operational resilience and safeguarding sensitive data. This initiative is part of a larger strategy to ensure that the DoD's technological capabilities keep pace with evolving cyber threats and the changing nature of warfare and communication.
What does the 'after exclusion of sources' clause imply about the competition process for this specific contract?
The 'after exclusion of sources' clause indicates that the contract was initially intended for full and open competition, but certain potential sources were excluded from the bidding process. This exclusion typically occurs when specific criteria must be met that only a limited number of vendors can satisfy, or if there are unique circumstances, such as the need for compatibility with existing systems or specialized technology. While it implies that competition was sought, the exclusion of sources warrants careful review to ensure that the reasons for exclusion were justified, documented, and did not unduly restrict competition. The fact that four bidders still participated suggests that the market for this specific type of mobile endpoint protection is not entirely monopolistic, but the exclusion clause means the level of competition might have been less robust than a truly unrestricted full and open process.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Other Computer Related Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › IT AND TELECOM - APLLICATIONS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 4
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 4179 BUSINESS CENTER DR, FREMONT, CA, 94538
Business Categories: 8(a) Program Participant, Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Minority Owned Business, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Indian (Subcontinent) American Owned Business, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,976,407
Exercised Options: $4,976,407
Current Obligation: $4,976,407
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Parent Contract
Parent Award PIID: NNG15SC82B
IDV Type: GWAC
Timeline
Start Date: 2025-09-25
Current End Date: 2026-09-24
Potential End Date: 2026-09-24 00:00:00
Last Modified: 2026-01-12
More Contracts from NEW Tech Solutions, Inc.
- Trunked, Land Mobile Radio (LMR) System Maintenance Support Services — $52.8M (Department of Justice)
- NEW Tech Solutions INC:1110203 [19-001361] This Award IS Issued to NEW Tech Solutions Inc. in Accordance With FAR 16.505 to Purchase Adobe Software. the Award Features ONE (1) Base Year and Four (4) Option Years AS Seen Below: Base Year: 09/01 — $43.2M (Department of Health and Human Services)
- Ws-C3850-48u-E — $38.1M (Department of Defense)
- Amazon WEB Services — $37.7M (Department of Health and Human Services)
- IT Licenses — $23.4M (Department of Health and Human Services)
Other Department of Defense Contracts
- Federal Contract — $51.3B (Humana Government Business Inc)
- Lrip LOT 12 Advance Acquisition Contract — $35.1B (Lockheed Martin Corporation)
- SSN 802 and 803 Long Lead Time Material — $34.7B (Electric Boat Corporation)
- 200204!008532!1700!AF600 !naval AIR Systems Command !N0001902C3002 !A!N! !N! !20011026!20120430!008016958!008016958!834951691!n!lockheed Martin Corporation !lockheed Blvd !fort Worth !tx!76108!27000!439!48!fort Worth !tarrant !texas !+000026000000!n!n!018981928201!ac15!rdte/Aircraft-Eng/Manuf Develop !a1a!airframes and Spares !2ama!jast/Jsf !336411!E! !3! ! ! ! ! !99990909!B! ! !A! !a!n!r!2!002!n!1a!a!n!z! ! !N!C!N! ! ! !a!a!a!a!000!a!c!n! ! ! !Y! !N00019!0001! — $34.2B (Lockheed Martin Corporation)
- KC-X Modernization Program — $32.0B (THE Boeing Company)