SPECIAL NOTICE
R -- Bridge: OUSD(I&S) Enterprise Administration & Management
- Notice Date
- 2/7/2024 2:11:51 PM
- Notice Type
- Special Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
- ZIP Code
- 203011000
- Solicitation Number
- JTP20240207
- Response Due
- 2/22/2024 1:30:00 PM
- Archive Date
- 03/08/2024
- Point of Contact
- Jacqueline Imholte, Jacqueline Verrine
- E-Mail Address
-
jacqueline.t.imholte.civ@mail.mil, jacqueline.g.verrine.civ@mail.mil
(jacqueline.t.imholte.civ@mail.mil, jacqueline.g.verrine.civ@mail.mil)
- Description
- This is not a request for quote/proposal. Pursuant to FAR 5.203(a), Washington Headquarters Services, Acquisition Directorate, on behalf of the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)) I&S Enterprise Administration & Management, intends to award a short-term, sole source bridge contract to the incumbent contractor, Ian Evan & Alexander Corp. [CAGE Code: 1XCZ1; 11180 Sunrise Valley Dr. STE 220 Reston, Virginia 20191-5490, United States]. The Contractor is currently performing services under WHS-AD TEAMS BPA, HQ003415A0010, Task Order HQ003419F0023, with services concluding on May 31, 2024. �The anticipated period of performance for the bridge contract is for five months, from June 1, 2024 to September 27, 2023. The anticipated award will be made under the authority of Federal Acquisition Regulation FAR 13.5, Simplified Procedures for Certain Commercial Products and Commercial Services and 6.302-1(a)(2) (iii)(A), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� For DoD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. The contract is intended to meet OUSD(I&S)�s requirement to provide administrative, management, policy, and operational support required for the I&S Enterprise Administration & Management office. The Contractor is required to provide administrative, management, policy, and operational support services for OUSD(I&S) requirements.� The follow-on requirement is currently in the market research and acquisition planning phase with an anticipated award date of September 2024 (Ref. Notice ID #JI20230822-002). This notice of intent is not a request for proposals. Requests for copies of a solicitation in response to this notice will NOT be honored or acknowledged. Phone calls and requests for meetings will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/74058c4a8b704a6884d3b72d40580c44/view)
- Place of Performance
- Address: DC 20301, USA
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN06957672-F 20240209/240207230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |