Justification and Approval for TAP III Range Sustainment IDIQ Capacity Increase
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 Navy / NAVFACSYSCOM SOUTHWEST has issued a Justification and Approval (J&A) to increase the maximum not-to-exceed value of the existing TAP III Range Sustainment Services Architect and Engineering (A/E) Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Contract, N62473-21-D-2212. The contract value will increase by $15,000,000, from $100,000,000 to $115,000,000. This action is necessary to accommodate future task orders and modifications, ensuring continued critical range sustainment services.
Scope of Action
- Increase Contract Value: The maximum not-to-exceed value of contract N62473-21-D-2212 is increased from $100,000,000 to $115,000,000.
- Purpose: To provide additional capacity for future task orders and modifications to existing orders.
- Ordering Period: The IDIQ ordering period remains unchanged, expiring on April 12, 2028.
Services Provided
This A/E IDIQ contract provides environmental planning services related to the National Environmental Policy Act (NEPA) and Executive Order 12114. These services support the Tactical Training Theater Assessment and Planning (TAP) Program and may be utilized globally by NAVFAC, with a primary focus on the U.S. Pacific Fleet (PACFLT) area of responsibility. The contract was originally awarded under NAICS Code 541330 (Engineering Services). The current contractor is ManTech SRS Technologies, Inc.
Rationale for Other Than Full and Open Competition
NAVFAC SW requires additional capacity due to significant increases in emergent range sustainment projects and unplanned work resulting from storm activity. Existing task orders have nearly consumed the current contract capacity, with approximately $69.4 million obligated and less than $30 million remaining in unexercised options. The unique nature of these A/E services for NEPA and environmental planning for the TAP Program means no other existing A/E contract can satisfy these requirements. Delaying these services would significantly injure PACFLT training capabilities and incur substantial costs, as the contract is essential for environmental planning supporting training and testing activities throughout the PACFLT AOR.
Future Competition
NAVFAC SW intends to award a follow-on Range Sustainment Contract through full and open competition in the third quarter of FY2028. This future contract will account for increased capacity needs based on recent demand spikes.
Contract Details
- Contract Type: Architect-Engineer (A/E) Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Product Service Code: C219 (Other Architect And Engineering Services)
- Set-Aside: None specified for this Justification.
- Place of Performance: Primarily San Diego, CA, and the U.S. Pacific Fleet (PACFLT) AOR.
- Contact: Joshua Mentink, joshua.m.mentink.civ@us.navy.mil, 619-705-5412.
Additional Notes
The approved J&A will be posted on SAM.gov within 14 days of the modification award. The Contracting Officer has determined the anticipated cost to the Government will be fair and reasonable.