Lead System Design Integrator (LSDI)

SOL #: FA910126DB004Award NoticeSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA9101 AEDC PKP PROCRMNT BR
ARNOLD AFB, TN, 37389-1332, United States

Place of Performance

TN

NAICS

Engineering Services (541330)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Mar 6, 2026

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 Air Force, specifically the Air Force Test Center (AFTC)/PZIA, has issued a Justification and Approval (J&A) for Other Than Full and Open Competition to award a requirements-type Indefinite Delivery Contract (IDC) for Lead System Design Integrator (LSDI) services. The intended awardee is Booz Allen Hamilton Inc. (BAH), located in Arnold Air Force Base, TN. This J&A supports a recurring need for specialized engineering services, as the current contract is nearing its ceiling.

Scope of Work

The contract will cover a broad range of commercial engineering services, including:

  • Design activities, fabrication of technically complex systems, and integration activities.
  • Project design, development, engineering, integration, operations, and sustainment.
  • Overall design oversight, design integration, prescription of verification activities.
  • Creation of model-based systems engineering, 3D CAD models, and configuration management.
  • Specialized services leveraging existing design knowledge, niche expertise, and national security experience.

Contract Details

  • Type: Requirements-type Indefinite Delivery Contract (IDC) with a Firm-Fixed Price (FFP) structure.
  • Duration: A five-year ordering period, with three, one-year optional ordering periods, totaling an eight-year potential ordering period.
  • Value: The specific ceiling value is redacted in the document.
  • Set-Aside: Not applicable, as this is a sole-source justification under FAR 6.302-1.
  • Intended Awardee: Booz Allen Hamilton Inc.
  • Published: March 6, 2026 (Award Notice).

Justification & Eligibility

The justification cites FAR 6.302-1, allowing for acquisition from a single responsible source due to the specialized nature of the services. The government determined that a competitive acquisition would risk duplicating costs or causing unacceptable delays. Extensive market research, including a site visit, vendor outreach, and a Virtual Industry Day, was conducted, but only BAH confirmed the capability to meet the entire requirement.

Additional Notes

This acquisition is for enterprise-level services. Intellectual Property rights will be governed by standard FAR and DFARS clauses, with the government aiming for unlimited rights for designs and negotiated license rights for modifications.

People

Points of Contact

Haley SmithPRIMARY
Brooke VandemanSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Award Notice
Posted: Mar 6, 2026
Lead System Design Integrator (LSDI) | GovScope