HQ003420F0361 Limited Sources Justification
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 Defense (DoD), specifically Washington Headquarters Services (WHS), has posted a Special Notice regarding a Justification for Limiting Sources for contract HQ003420F0361. This justification supports a two-month extension of Professional and Technical Support services provided by JMARK Services for the OUSW(I&S) mission in Arlington, VA. The extension, from March 1, 2026, to April 30, 2026, is necessary to prevent a lapse in critical services while the government finalizes evaluations for a competitive 8(a) small business follow-on contract, anticipated to be awarded by March 31, 2026.
Purpose & Scope
This notice serves to publicly post the Justification for Limiting Sources under FAR 8.405-6(a)(1)(i)(C). The justification details the need for continued Professional and Technical Support services, encompassing customer-focused technical, professional, administrative, management, policy, and operational support, essential for the day-to-day operations of the OUSW(I&S) mission. The extension is crucial to maintain continuity and avoid disruptions that would impact national regulatory issues and intelligence sharing.
Contract Details
- Action Type: Justification for a two-month limited source extension.
- Current Contractor: JMARK Services (Contract HQ003420F0361).
- Period of Performance (Extension): March 1, 2026, to April 30, 2026.
- Contract Type (Extension): Hybrid Firm-Fixed Price (FFP) / Time & Material (T&M) for travel.
- Funding: Fiscal Year 2026 Operation and Maintenance Funds.
- Follow-on Contract: A competitive call order against an 8(a) small business Enterprise multiple award BPA is in progress, with an estimated award date of March 31, 2026.
Justification & Market Research
The extension is justified based on economy and efficiency, avoiding duplication of costs, and preventing delays. Market research, including a "Notice of Intent" posted on SAM.gov on February 20, 2026, yielded no responses, further supporting the limited source action to bridge the gap until the competitive follow-on is awarded. The Contracting Officer will determine fair and reasonable prices using FAR 15.404-1 techniques, comparing historical prices and the Independent Government Cost Estimate (IGCE).
Eligibility & Set-Aside
This is a justification for a limited source action, not a solicitation for proposals. The government is actively working towards awarding a competitive call order under an existing 8(a) small business Enterprise multiple award BPA for the follow-on requirement.
Key Dates & Contact
- Published Date: March 12, 2026
- Response Date (for comments on justification): March 19, 2026, 1:00 PM ET
- Place of Performance: Arlington, VA, United States
- Primary Contact: Syreeta DONALD (whs.ncr.ad.mbx.eosd-tab-branch@mail.mil)