D--Limited Sources Justification (LSJ) for CSP-RMF Support Bridge
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Interior (DOI), specifically the IBC ACQ SVCS DIRECTORATE, has published a Limited Sources Justification (LSJ) for the award of Task Order No. 140D0426F0095, titled Cyber Security Program Risk Management Framework (CSP-RMF) Support Bridge. This justification, in accordance with FAR 8.405-6(a)(2)(i), explains the rationale for awarding this follow-on task order on a sole-source basis to Booz Allen Hamilton Inc. (BAH).
Scope of Work
The task order provides critical Cyber Security Program Risk Management Framework (CSP-RMF) Support Bridge services. These services include:
- Information System Security Officer (ISSO) responsibilities.
- Independent security assessments for National Institute of Allergy and Infectious Diseases (NIAID) systems.
- General Risk Management Framework (RMF) support.
Contract & Timeline
- Type: Limited Sources Justification for a follow-on task order under the GSA Multiple Award Schedule (MAS) Program.
- Incumbent Contractor: Booz Allen Hamilton Inc. (BAH).
- Period of Performance: Anticipated to start December 15, 2025, and run through June 14, 2026 (six months), with an option for an additional six months.
- Published Date: February 27, 2026.
Justification for Sole Source
The acquisition is deemed a logical follow-on to an original Federal Supply Schedule order. Obtaining competition is considered impracticable due to:
- Time constraints and the critical need for uninterrupted cybersecurity support.
- BAH's status as the incumbent, possessing intimate familiarity with the requirements.
- The significant ramp-up time a new contractor would require, leading to unacceptable delays in critical support.
Future Intent
The government explicitly states its intention to pursue a competitive award for future requirements and will conduct thorough market research at that time.
Additional Notes
A redacted version of this justification is being posted to SAM.gov within 14 days of the task order placement, as required.