Limited Sources Justification
ID: HQ003420F0111Type: Justification
AwardedMar 15, 2023
Award #:GS-35F-494GA
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services (WHS), has issued a Limited Sources Justification for a procurement opportunity related to professional program management and support services. The specific requirements and objectives of this procurement are detailed in the attached documentation, which outlines the justification for limited sources. These services are critical for ensuring effective program management within the Department of Defense, highlighting their importance in maintaining operational efficiency. Interested parties can reach out to Kimberly Kozlowski at kimberly.e.kozlowski.civ@mail.mil for further information regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    Limited Sources Justification (LSJ) for IDIQ non-personnel support services
    State, Department Of
    The Department of State is seeking to post a Limited Sources Justification (LSJ) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on non-personnel support services. This procurement aims to comply with FAR 8.405-6(a)(2)(i)(B), which outlines the justification process for limited sources. The services are critical for management support in contract, procurement, and acquisition areas, ensuring efficient operations within the department. Interested parties can reach out to Wade Ward at WardBW@state.gov or call 202-374-4491 for further information regarding this opportunity.
    Defense Science Board (DSB) Summer Study Support Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking sole source support services for the Defense Science Board (DSB) Summer Study. This procurement involves a 10-month firm-fixed-price contract to provide professional analytical and administrative support services for the DSB and its Office while a re-compete is underway. The services are critical as they are currently available from only one responsible source, ensuring that the agency's specific needs are met without interruption. Interested parties can reach out to Nia Holloway at nia.m.holloway.civ@mail.mil or Eric Darby at eric.u.darby.civ@mail.mil for further inquiries, noting that this notice is not a request for proposals or quotes.
    Limited Sources Justification
    General Services Administration
    The General Services Administration (GSA) is seeking to justify a limited sources procurement under the Multiple-Award Schedule Program for urgent program management and support services. The acquisition is necessitated by an urgent and compelling need, where adhering to full and open competition would lead to unacceptable delays that could seriously impact the Government's operations. This procurement is critical for ensuring timely access to essential services that support the GSA's mission. Interested parties can reach out to Joseph Michael Flanigan at joseph.flanigan@gsa.gov or 703-216-7058, or Gerry Reeves at gerry.reeves@gsa.gov or 478-270-5641 for further information.
    Limited Sources Justification for Programmatic Support Services with the Security Assistance Management Directorate (SAMD)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to increase the ceiling for contract W31P4Q-18-A-0035/T.O. 0001, which pertains to programmatic support services for the Security Assistance Management Directorate (SAMD). This procurement aims to provide essential support services both within the continental United States (CONUS) and outside the continental United States (OCONUS). The services are critical for the effective management and execution of security assistance programs, which play a vital role in international defense cooperation. Interested parties can reach out to Delvin Sullivan at delvin.l.sullivan.civ@army.mil or by phone at 256-842-0739, or Michael K. Nickelson at michael.k.nickelson.civ@army.mil or 256-842-0522 for further information.
    Justification and Approval for Sole Source award for Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB) Support Services.
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for support services related to the Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB). This procurement aims to secure essential management support services that are critical for the effective operation and oversight of the DHA's resource management initiatives. The contract, referenced as HT001123C0069, underscores the importance of specialized support in enhancing the efficiency of defense health operations. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or 703-681-6507, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further details.
    AbilityOne DOW Contract Management Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award an indefinite delivery-indefinite quantity (IDIQ) contract for contract management services to the National Industries for the Blind (NIB) under the AbilityOne program. This procurement aims to provide essential support for contract closeout services, including the deobligation of Unliquidated Obligations (ULOs) and Undelivered Orders (UDOs), as well as other administrative functions related to contract completion and closeout. The services are crucial for ensuring efficient management of contracts across various contracting activity organizations within the Department of War. Interested parties can reach out to Jonathan Bertsch at jonathan.bertsch@whs.mil or Fedline Crowell at fedline.crowell.civ@mail.mil for further information regarding this presolicitation notice.
    Washington Headquarters Services Commercial Solutions Opening
    Dept Of Defense
    The Washington Headquarters Services (WHS) of the Department of Defense is soliciting innovative commercial solutions through a Commercial Solutions Opening (CSO) aimed at enhancing defense capabilities. This initiative seeks to leverage commercially available technologies and innovative products and services, allowing for agile development activities that can improve existing government-owned capabilities. The CSO is open for five years and encourages submissions from nontraditional defense contractors and small businesses, with a competitive selection process that includes a solution brief, pitch presentation, and request for prototype proposal. Interested parties can contact Meghan T. Meyers at meghan.t.meyers.civ@mail.mil for further information and are advised to monitor the Government Point of Entry for updates and amendments.
    IM&T Program, Project, Data Management, Business Intelligence Support Services and Software Development & Sustainment Indefinite Delivery/Indefinite Quantity (IM&T IDIQ)
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Program, Project, Data Management, Business Intelligence Support Services, and Software Development & Sustainment for the Defense Security Cooperation Agency (DSCA) Information Management and Technology (IM&T). The contract aims to enhance the digital infrastructure and business systems that support global Security Cooperation, with a focus on Agile/Scaled Agile Program Management and DevSecOps best practices. This initiative is critical for managing IT initiatives, developing and maintaining software, and providing advanced data analytics to support mission-driven decision-making. Interested firms must submit capability statements by January 6, 2026, detailing their relevant experience, with an estimated contract value between $400 million and $500 million over a five-year ordering period. For further inquiries, contact Darrell Joy at darrell.l.joy2.civ@mail.mil or Anaya Porter at anaya.a.porter.civ@mail.mil.
    Justification for Exception to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Defense Counterintelligence and Security Agency, is issuing a Justification for Exception to Fair Opportunity under FAR 16.505(b)(2)(i)(C). This procurement aims to address specific needs that necessitate an exception to the standard competitive process, highlighting the unique circumstances surrounding the requirement. The justification underscores the importance of maintaining operational integrity and security within the agency's mission. For further inquiries, interested parties can contact John Richardson at john.a.richardson44.ctr@mail.mil or Ms. Shelly Thieme at Shelly.L.Thieme.civ@mail.mil.
    Justification for An Exception to Fair Opportunity
    Dept Of Defense
    The Department of Defense, specifically the Defense Advanced Research Projects Agency (DARPA), is seeking to justify an exception to the fair opportunity process for a federal contract. The details regarding the specific requirements and objectives of this procurement can be found in the attached Justification and Approval document. This opportunity is significant as it pertains to professional support services categorized under PSC code R499, which encompasses various specialized services. For further inquiries, interested parties can contact Hillary J. Dean at hillary.dean@darpa.mil for additional information regarding this opportunity.