SPECIAL NOTICE
R -- Support Services for the Office of the Under Secretary of Defense for Intelligence & Security
- Notice Date
- 3/11/2025 12:51:30 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
- TR011720251116
- Response Due
- 3/14/2025 6:00:00 AM
- Archive Date
- 03/14/2025
- Point of Contact
- Lawan Ferguson, Phone: 7035451252, Syreeta A. Donald
- E-Mail Address
-
lawan.d.ferguson.civ@mail.mil, syreeta.a.donald.civ@mail.mil
(lawan.d.ferguson.civ@mail.mil, syreeta.a.donald.civ@mail.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- 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, intends to do the following: 1) Award a short-term sole source extension contract to the incumbent contractor, Booz Allen Hamilton Inc. (BAH) [CAGE Code: 17038; 8283 Greensboro Dr. McLean Virginia 22102-3838, United States]. The Contractor is currently performing services under WHS-AD TEAMS BPA, HQ003415A0010, Task Order HQ003419F0506, with services concluding on March 27, 2025. The anticipated period of performance for the bridge contract is for four months, from March 28, 2025, to July 27, 2025. The anticipated award will be made under the authority of Federal Acquisition Regulation (FAR) 8.405-6 Limiting sources. 2) Award a short-term sole source extension contract to the incumbent contractor, Booz Allen Hamilton Inc. (BAH) [CAGE Code: 17038; 8283 Greensboro Dr. McLean Virginia 22102-3838, United States]. The Contractor is currently performing services under WHS/AD Contract Number HQ003424C0050, with services concluding on March 27, 2025. The anticipated period of performance for the bridge contract is for four (4) months, from March 28, 2025, to July 27, 2025. The anticipated award will be made under the authority of Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(A), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 3) Award a short-term, sole source extension to the incumbent contractor, Digital Forensics Services (DFS) [CAGE Code: 4L7F0; 9111 Edmonston Rd. Ste 205 Greenbelt Maryland 20770-1546]. The Contractor is currently performing services under contract HQ003421C0050, with services concluding on March 27, 2025. The anticipated period of performance for the bridge contracts is for four months, from March 28, 2025, to July 27, 2025. The anticipated award will be made under the authority of Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(A), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 4) Award a short-term, sole source extension to the incumbent contractor, Sancorp Consulting, LLC [CAGE Code: 7NZQ9; 3235 Valley Lane, Falls Church, VA 22044-1740]. The Contractor is currently performing services under contract HQ003424C0046, with services concluding on March 27, 2025. The anticipated period of performance for the bridge contracts is for four months, from March 28, 2025, to July 27, 2025. The anticipated award will be made under the authority of Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(A), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 5) Award a short-term, sole source extension to the incumbent contractor, Premier Enterprise Solutions, LLC [CAGE Code: 6RM79; 9701 Apollo Drive, Ste 410, Upper Marlboro, MD 20774-4791]. The Contractor is currently performing services under contract HQ003422C0127, with services concluding on March 27, 2025. The anticipated period of performance for the bridge contracts is for four months, from March 28, 2025, to July 27, 2025. The anticipated award will be made under the authority of Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(A), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. These Contractors are required to provide technical, administrative and professional support services to the OUSD(I&S) Enterprise requirements. Currently, the Government has established an Enterprise Blanket Purchase Agreement for OUSD (I&S), and the requirements are going through the procurement process for award. 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/351736e27bfe4ab597191c3761e77c31/view)
- Place of Performance
- Address: Washington, DC 20301, USA
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN07367499-F 20250313/250311230038 (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 |