REDACTED J&A
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's Medical Center of Excellence (MEDCoE) is seeking approval for a sole-source award for Biomedical Equipment Technician Instructor and Support Training Services. This action justifies awarding task order W9124J-25-F-A125 as a logical follow-on to an incumbent contractor under an existing Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (ID/IQ). The estimated value for this 12-month period is $460,314.00.
Opportunity Details
This is a Justification for Exception to Fair Opportunity under FAR Part 16, specifically citing Title 10 U.S.C. §3406(c)(2) and FAR 16.505(b)(2)(i)(C). The purpose is to ensure uninterrupted provision of critical training services for the MEDCoE's Department of Clinical Specialties at Joint Base San Antonio, Fort Sam Houston, TX.
Scope of Work
The requirement is for Biomedical Equipment Technician Instructor and Support Training Services. These services are essential for the MEDCoE to fulfill its mission.
Contract & Timeline
- Type: Task Order (W9124J-25-F-A125) under a MATOC ID/IQ.
- Period of Performance: 12 months, from September 29, 2025, to September 28, 2026.
- Estimated Value: $460,314.00.
- Published Date: April 10, 2026.
- Set-Aside: Not applicable; this is a sole-source justification.
Justification for Sole Source
The sole-source award is justified as a logical follow-on to an existing order to maintain economy and efficiency. It aims to avoid risks such as performance disruptions, onboarding delays, and the potential loss of institutional knowledge that could arise from recompeting the requirement. Market research indicated that only the incumbent contractor possesses the fully trained, security-cleared, and site-acclimated personnel necessary to guarantee continuous instruction. In-house performance is not feasible due to a government-wide hiring freeze.
Future Competition
The government intends to develop a new Performance Work Statement (PWS) for the subsequent contract award. This future PWS will be designed to allow for adequate phase-in/transition and to maximize competition for the follow-on requirement.
Contact Information
For inquiries regarding this justification, please contact Walter L. Williams at walter.l.williams24.civ@army.mil or 520-691-0268. Secondary contact is Angelic M. Hatcher at angelic.m.hatcher.civ@army.mil or **210-466-2132}.