Olympus Analytics Infrastructure

SOL #: 852673725JustificationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Information Systems Agency (Disa)
DISA PL8
SCOTT AFB, IL, 62225, United States

Place of Performance

VA

NAICS

Computing Infrastructure Providers (518210)

PSC

Computing Delivered As A Service In A Public Or Private Cloud Environment, Such As Services For Traditional Mainframe Computers And Operations Running Windows, Linux, Converged Infrastructure Or Unix Operating Systems. (DB10)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 13, 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 Defense Information Systems Agency (DISA) has issued a Justification & Approval (J&A) for an Exception to Fair Opportunity for the "Olympus Analytics Infrastructure" procurement. This action is to issue a firm-fixed-price Task Order (TO) directly to Amazon Web Services, Inc. (AWS) under the Joint Warfighting Cloud Capability (JWCC) IDIQ Contract. The purpose is to establish an advanced analytics platform supporting Generative AI, Machine Learning, and IoT capabilities within the DoD's Olympus Analytics Infrastructure.

Scope of Work

The core requirement is for an advanced analytics platform that functions as an emerging managed hosting platform and common services provider in the commercial cloud. Key capabilities include:

  • Support for Generative Artificial Intelligence (GenAI), Machine Learning, and Internet of Things (IoT).
  • Ability to host a diverse suite of premier Large Language Models (LLMs), including third-party models (e.g., Meta), within a certified Impact Level 5 (IL5) security environment.
  • Engineering for secure and reliable interoperability with other DoD tenants, facilitating identity federation, attribute-based access control, and cross-organization collaboration.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price Task Order (TO) against the JWCC IDIQ (HC105023D0005).
  • Period of Performance: A base period of 12 months, one 12-month option period, and one 10-month option period.
  • Funding: Defense Working Capital funds.
  • TO Number: HC105026F0008.
  • Universal Purchase Request Number: HC110426MPC0093.

Evaluation & Justification

This is a sole-source award to AWS under FAR 16.505(b)(2)(i)(B) due to unique and highly specialized services. Market research indicates that AWS is the only Cloud Service Provider (CSP) uniquely qualified to provide the required advanced analytics tools, specifically the combination of third-party LLMs at the IL5 security level and a comprehensive IoT platform. Refactoring to another CSP would incur significant duplicated costs and an estimated 18-24 month schedule delay.

Eligibility / Set-Aside

This action is justified as a sole-source award to Amazon Web Services, Inc. (AWS).

Additional Notes

Questions regarding this justification should be referred to Emelie Vandeloo at emelie.g.vandeloo.civ@mail.mil or 667-890-5251.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: Apr 13, 2026
Olympus Analytics Infrastructure | GovScope