Professional and Technical Support Services

SOL #: SK031820260001JustificationSole Source

Overview

Buyer

DEPT OF DEFENSE
Washington Headquarters Services (Whs)
WASHINGTON HEADQUARTERS SERVICES
WASHINGTON, DC, 203011000, United States

Place of Performance

Alexandria, VA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

Program Management/Support Services (R408)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 18, 2026
2
Last Updated
Apr 22, 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 Washington Headquarters Services, Acquisition Directorate (WHS/AD) has posted a Justification for Limited Source Justification (LSJ) for a bridge contract awarded to PM2 Strategies, LLC (formerly D.K. Jones Consulting, LLC). This contract provides Professional and Technical Support Services for the Office of the Secretary of Defense (OSD), Manufacturing Technology (ManTech) Program. The hybrid Firm Fixed Price (FFP)/Time & Material (T&M) contract is valued at an estimated $881,792.16 and covers a period from May 6, 2026, to September 5, 2026 (including a one-month option).

Purpose & Context

This notice serves to justify a sole-source bridge contract under FAR 8.4 and GSAR Subpart 538.7104-3(b)(iii), citing "economy and efficiency" as a logical follow-on to a competitively awarded FSS order. The bridge contract is essential to maintain continuity of critical support services for the ManTech Program, as the current task order expires on May 5, 2026. Awarding to a new contractor would lead to significant duplication of costs (estimated $154,475.00) and unacceptable delays (45-90 days).

Scope of Work

The services are non-personal support, encompassing customer-focused technical, professional, administrative, management, policy, and operational support. Key requirements include:

  • Core tasks: Project management and planning.
  • Support areas: ManTech organization, Manufacturing Innovation Institute (MII), Joint Additive Manufacturing Working Group (JAMWG), and Joint Defense Manufacturing Council (JDMC).
  • Specific services: Integrated consulting, management/strategy consulting, research, evaluations, studies, analyses, scenarios/simulations, reports, business policy/regulation development assistance, strategy formulation, facilitation, and decision support.

Contract Details

  • Contract Type: Hybrid Firm-Fixed Price (FFP)/Time & Material (T&M) for travel and Other Direct Costs (ODCs).
  • Estimated Price: $881,792.16.
  • Funding: Fiscal Year 2026 Research, Development, Test & Evaluation (RDT&E) Funds.
  • Period of Performance: May 6, 2026, to August 5, 2026 (base period), with a one-month option from August 6, 2026, to September 5, 2026.

Set-Aside & Eligibility

This is a sole-source award and is not subject to set-aside requirements.

Justification & Evaluation

The Contracting Officer determined the anticipated prices to be fair and reasonable by comparing them to historical prices and an Independent Government Cost Estimate (IGCE). PM2 Strategies' past performance has been exceptional. A Notice of Intent (NOI) was posted on SAM.gov from March 18, 2026, to April 3, 2026, and received no responses.

Future Plans

WHS/AD is actively working on a competitive source selection process for a long-term follow-on contract, with an award intended by the second quarter of FY26.

People

Points of Contact

AUBREY MCKINNEYPRIMARY
Shenghui HeSECONDARY

Files

Files

Download

Versions

Version 2Viewing
Justification
Posted: Apr 22, 2026
Version 1
Special Notice
Posted: Mar 18, 2026
View