Office of Military Commissions (OMC) Case Analysis and Investigative Support
ID: 2023-WHS-173Type: Justification
AwardedMay 10, 2023
Award #:HQ003423C0058
Overview

Buyer

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

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services, is seeking to procure case analysis and investigative support services for the Office of Military Commissions (OMC). The contractor will be responsible for providing all necessary personnel, equipment, and materials to support courtroom and case preparation, ensuring compliance with the standards outlined in the Performance Work Statement (PWS). This procurement is critical for ongoing military commission cases, including high-profile matters such as the 9/11 case and the USS COLE bombing, where the expertise and security clearances of the personnel are essential to avoid delays in national security litigation. The contract, valued at approximately $3.9 million, is a sole-source bridge extension to General Dynamics Information Technology, Inc. (GDIT), with the current contract set to expire on May 10, 2023, and a long-term solution anticipated by November 2023. Interested parties may contact Shacasia King at shacasia.t.king.civ@mail.mil or 571-574-0406 for further information.

    Files
    Title
    Posted
    The Department of Defense, Washington Headquarters Services (WHS/AD), on behalf of the Office of Military Commissions (OMC), proposes a sole-source bridge contract to General Dynamics Information Technology, Inc. (GDIT) for Case Analysts and Investigators Support Services. This extension of contract HQ0034-20-C-0082, valued at approximately $3.9 million, is necessary to avoid unacceptable delays in critical national security litigation as the current contract expires on May 10, 2023, and a long-term contract is not anticipated until November 2023. The justification cites GDIT's unique expertise, historical knowledge, and specialized security clearances, which are crucial for ongoing complex military commission cases such as the 9/11 case and the USS COLE bombing. Losing these experienced analysts would severely prejudice the government's prosecution efforts. Efforts to obtain competition included a 15-day Notice of Intent to Sole Source on SAM.GOV, which received no challenges. The government will ensure fair and reasonable pricing by comparing proposed costs to historical data and an independent estimate.
    Similar Opportunities
    TCIU Case Management and Knowledge Management Support Services Redacted LSJ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure case management and knowledge management support services through a sole-source contract with CSRA. This procurement is justified under the Federal Acquisition Regulation (FAR) due to CSRA being the only responsible source capable of meeting the agency's requirements, as confirmed by continuous market research indicating no viable alternatives for the I2G software. The contract is critical for maintaining the functionality and support of the I2G system, which has previously transitioned from competitive bidding to a sole-source acquisition based on the unique capabilities of CSRA products. Interested parties can reach out to Colleen Paglio at colleen.m.paglio.civ@army.mil or Wendella Baptiste at wendella.a.baptiste.civ@army.mil 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.
    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.
    Notice of Intent to Sole Source F-35 JPO Unclassified IT Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to award a sole source contract extension for unclassified IT services to General Dynamics One Source (GDOS) for the F-35 Joint Program Office (JPO) in Arlington, Virginia. The contract will support the transition of the unclassified IT network to a new data center, encompassing a range of services including program management, cybersecurity, and operations and maintenance. This procurement is critical as it ensures the continuity of services during the migration of classified and unclassified servers, which is essential to avoid data loss and security vulnerabilities. Interested parties may submit capability statements within 15 days of the notice, with the anticipated award date set for on or before January 31, 2026. For further inquiries, contact Sanjana Garg at Sanjana.Garg@jsf.mil or John Meyers at John.Meyers@jsf.mil.
    Analysis of Mobility Platfrom IDIQ Extension and Ceiling Increase
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking to extend and increase the ceiling of the Analysis of Mobility Platform (AMP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, HTC71118DD001, originally awarded to Raytheon BBN Technologies. This modification is necessary to continue the provision of highly specialized IT and telecom business application development support services, which are critical for USTRANSCOM's operations. The government has determined that these services are uniquely available from the original contractor, and any transition to a new source would lead to unacceptable delays in fulfilling the requirements. Interested parties can reach out to Lisa A. Kraft at lisa.a.kraft.civ@mail.mil or call 618-817-9445 for further information regarding this sole source justification.
    CIMS - Six week Extension
    Dept Of Defense
    The Department of Defense, through the United States Army Contracting Command-New Jersey, intends to issue a six-week extension for Contract Number 47QTCA18D001Q / W15QKN22F0262 with InterImage Inc., located in Arlington, VA. This extension, effective from April 1, 2023, to May 13, 2023, is justified under the authority of 10 United States Code 3204(a)(1) due to the unique and highly specialized nature of the services required, which fall under IT and telecom data center support services. The procurement is critical for the operations of the Department of the Criminal Investigation Division (DACID), ensuring continuity of essential services. For further inquiries, interested parties may contact Christopher Trotman, the Contracting Officer, at christopher.r.trotman.civ@army.mil or by phone at 609-562-3863.
    GCTC IV Extension J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the GCTC IV Extension J&A, which involves providing mission-critical IT communications infrastructure and services. The procurement aims to support the Product Lead for Defense-Wide Transmission Systems and the Project Manager for Defense Communications Transmission Systems, particularly in aiding U.S. Special Operations military forces in the global war on terrorism through various services such as program management, system engineering support, and operations maintenance. This opportunity underscores the importance of maintaining robust IT systems for military operations, ensuring effective communication and infrastructure. Interested parties can reach out to Mariah Ross at mariah.m.ross.civ@army.mil or Shelly A. Hitt at shelly.a.hitt.civ@army.mil for further details.
    MMAR 6.302-2 Public Exigency Congressional Mandate
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor, CoreSphere, to provide essential development, sustainment, and operations and maintenance services in response to a recent congressional mandate. This urgent requirement is driven by a public exigency as outlined in MMAR 6.302-2, necessitating immediate action to meet critical deadlines. The contract period is set from May 1, 2023, to April 30, 2024, with plans for a competitive follow-on requirement in the future. Interested parties can reach out to Dyeshia Sampson at dsampson@gpo.gov or call 202-320-0089 for further details.
    SOLE SOURCE – Non-Personal Professional Support Services (PSS) for Program Executive Office, Ships (PEO Ships), Guided Missile Destroyer (DDG(X)) Program Office (PMS 460)
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, intends to award a sole-source Cost-Plus-Fixed-Fee contract for Non-Personal Professional Support Services (PSS) to Herren Associates, Inc. for the Program Executive Office, Ships (PEO Ships), Guided Missile Destroyer (DDG(X)) Program Office (PMS 460). The contract will provide essential expertise in Integrated Logistics Support (ILS), Program Support and Management, Acquisition and Contract Management, Business and Financial Management, and Integrated Performance Analysis, which are critical for maintaining mission readiness and operational effectiveness. This procurement is vital to ensure uninterrupted support services for PMS 460, as any lapse could adversely affect mission readiness and incur long-term costs to taxpayers. Interested parties may direct inquiries to Logan Kelley at logan.b.kelley.civ@us.navy.mil, with the contract expected to be awarded following the closing date of January 2, 2026.
    Enterprise Occupation Structure and Standards Development Support Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified firms to provide Enterprise Occupation Structure and Standards Development Support Services for the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)) Human Capital Management Office (HCMO). The objective of this procurement is to develop and validate an enterprise occupation structure and standards for intelligence, security, and law enforcement work roles within the Defense Intelligence and Security Enterprise (DISE), which includes creating a work role taxonomy, defining tasks and competencies, and establishing minimum qualifications through job analysis. This contract, anticipated to start in January 2026, will be a firm-fixed-price agreement with a base period of 12 months and four additional option periods, requiring interested firms to possess a Top Secret Facility Clearance and submit a Capabilities Statement by October 15, 2025. For further inquiries, interested parties may contact Chrissandra Smith at Chrissandra.smith.civ@mail.mil or Brandon Johnson at brandon.n.johnson24.civ@mail.mil.