SPECIAL NOTICE
A -- Research Development Test and Evaluation (RDT&E) Engineering and Technical Support (RETS)
- Notice Date
- 10/27/2025 7:52:01 AM
- Notice Type
- Special Notice
- Contracting Office
- WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
- ZIP Code
- 203011000
- Solicitation Number
- AJM20261015-001
- Response Due
- 11/3/2025 7:00:00 AM
- Archive Date
- 11/04/2025
- Point of Contact
- AUBREY MCKINNEY, ANTONIO ROSS
- E-Mail Address
-
aubrey.j.mckinney2.civ@mail.mil, antonio.l.ross5.ctr@mail.mil
(aubrey.j.mckinney2.civ@mail.mil, antonio.l.ross5.ctr@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is not a request for quote/proposal but a synopsis notice. Pursuant to FAR 5.203(a), Washington Headquarters Services, Acquisition Directorate (WHS/AD), on behalf of the Office of the Under Secretary of Defense for Research and Engineering (OUSD(R&E), intends to award a short-term sole source extension modification to the incumbent contractor, Modern Technologies Solutions, Inc (MTSI) [CAGE Code: 0X988; 5280 Shawnee Rd, Suite 400, Alexandria, VA 22312 USA, United States]. The Contractor is currently performing services under Indefinite Delivery Indefinite Quantity (IDIQ) HQ0034-21-D-0002 Task Order: HQ0034-22-F-0270, with services concluding on November 30, 2025. The anticipated period of performance for the extension is for two months, from December 1, 2025, through February 28, 2025. The anticipated award will be made under the authority of Federal Acquisition Regulation (FAR) 16.5 (b)(2), Orders or extensions for orders under IDIQ contracts and 16.505(b)(2)(i)(C) Logical follow-on to an original order so long as original order was completed or all given fair opportunity to compete. 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(R&E)�s requirements to provide RETS. The follow-on requirement is currently in the acquisition planning phase with an anticipated award date of January 2026. (Ref. Notice ID# AJM20261015-001) 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/workspace/contract/opp/494075ccfbf8405fa7f728e9d46e0a6a/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07628307-F 20251029/251027230032 (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 |