Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2025 SAM #8790
SPECIAL NOTICE

D -- Notice of Intent to Sole Source F-35 JPO Unclassified IT Services

Notice Date
12/18/2025 11:05:39 AM
 
Notice Type
Special Notice
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019UnclassifiedIT2025
 
Response Due
1/5/2026 11:00:00 AM
 
Archive Date
01/20/2026
 
Point of Contact
Sanjana Garg, John Meyers
 
E-Mail Address
sanjana.garg@jsf.mil, John.Meyers@jsf.mil
(sanjana.garg@jsf.mil, John.Meyers@jsf.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The F-35 Joint Program Office (JPO), Arlington, Virginia intends to solicit, negotiation, and award an extension to a sole source COST contract under authority of Federal Acquisition Regulation, FAR 6.302-1 �Only One Responsible Source And No Other Supplies or Services Will Satisfy Agency Requirements.� Contract N0001924C0057 was originally awarded on a sole source basis to General Dynamics One Source (GDOS). CAGE: 474R7. The proposed North American Industry Classification System (NAICS) code for this acquisition is 541512, with a size standard of $34.0 Mil. This contract is to provide the F-35 JPO with Contractor support to deliver full range of IT and cybersecurity services required to support and maintain the Unclassified IT network. The required services consist of the following: Planning [B1] the transition of the Unclassified network to a new data center Execution of transition to new data center Relocation of Unclassified network to new data center Program Management Enterprise Architecture Life Cycle Management Testing Operations & Maintenance Enterprise Data Management Service Desk Support Training Services Information Assurance and Cybersecurity Services Application and Software Management Operating, maintaining, and properly managing the life cycle of hardware, software, and services is the crucial, primary service provided by this contract. The Contractor is required to conduct a program audit of all software currently in use and to manage software updates and patches Additionally, the F-35 JPO is currently in the process moving its classified and unclassified servers to a new data center location in the National Capital Region. Originally scheduled for completion by September 2025, this move to the new data center was delayed by an estimated 6-12 months. The F-35 JPO requires ongoing vendor support to move its classified and unclassified servers without a degradation of services, and there are still 45 ongoing projects that require continuous vendor support from the incumbent contractor. GDOS can continue the work they have already implemented to support the migration without a learning curve while preventing data loss, security vulnerabilities, and downtime. This work is a logical follow-on to the original work that only the incumbent can perform without a significant disruption. GDOS possesses the institutional knowledge of the JPO�s risk tolerance, security protocols, and data protection measures which are essential for this work. A new source could not logically acquire this knowledge and skill in a reasonable timeframe to support the migration. Transition to a new vendor would result in unacceptable compromise to cost and timeline to completion. All responses received, to include capability statements, within 15 days of the posting of this notice will be considered by the Government. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. The Government anticipates an award date on or before January 31, 2026. Points of contact are Sanjana Garg, Contract Specialist, at Sanjana.Garg@jsf.mil, and John Meyers, Contracting Officer, at John.Meyers@jsf.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c0926b73eef4452fb4f3c0b90134508a/view)
 
Place of Performance
Address: VA 22202, USA
Zip Code: 22202
Country: USA
 
Record
SN07669834-F 20251220/251218230038 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.