J&A related to contract W9128F23C0019
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 Army, W071 ENDIST OMAHA, has published a Justification and Approval (J&A) for an Other Than Full and Open Competition modification to an existing firm-fixed-price contract, W9128F23C0019, awarded to Roundhouse-Tepa JV. This J&A supports an out-of-scope modification to revise cabling at the Joint Cryptological Center at Buckley SFB, Aurora, CO, due to a change in mission requirements.
Scope of Change
This modification involves the removal and replacement of fiber cabling with CAT VI copper cable in rooms 223 and 224, and the termination of CAT VI cable in room 211 rack C2. This change is necessitated by a shift in mission requirements from SIPR to NIPR, making the existing fiber infrastructure unsuitable. The work is similar to tasks already performed under the existing contract.
Contract & Timeline
- Action Type: Justification and Approval for a sole-source modification
- Existing Contract: W9128F23C0019 (Firm-Fixed-Price)
- Awardee: Roundhouse-Tepa JV
- Authority Cited: 10 U.S. Code 3204(a)(1) as implemented in FAR 6.302-1(a)(2)(iii)(A) (substantial duplication of cost) and (B) (unacceptable delays).
- Published Date: March 13, 2026
- Estimated Completion: Early 2026
Justification for Sole Source
The J&A outlines several reasons for proceeding with a sole-source modification:
- Duplication of Costs: Soliciting a new contract would risk damage to already completed work and incur significant duplicate costs for the government.
- Unacceptable Delays: Not modifying the current contract would cause substantial delays in classroom availability and negatively impact mission readiness.
- Alternatives Considered: Alternatives such as NSA IT staff performing the work or awarding a new contract were deemed to result in both duplicative costs and unacceptable delays.
Efforts to Obtain Competition
A notice of intent to sole source was published on SAM.gov on November 6, 2024, and a synopsis was posted from December 16-31, 2025. No responses were received from interested parties.
Additional Notes
This document justifies proceeding with a sole-source modification to the existing contract and does not represent a new solicitation for proposals.