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
This document is a Justification for an Exception to Fair Opportunity (JEFO), seeking approval for the Medical Center of Excellence (MEDCoE) to award a sole-source task order, W9124J-25-F-A127, to the incumbent contractor, FALCONA MANAGEMENT & TECHNICAL, LLC. This action, estimated at $316,053.60, is for behavioral health specialist instructor and support training services at Joint Base San Antonio - Fort Sam Houston, TX, and is justified as a logical follow-on under an existing Multiple Award Task Order Contract (MATOC) ID/IQ.
Scope of Work
The requirement is for the provision of behavioral health specialist instructor and support training services for the U.S. Army Medical Center of Excellence (MEDCoE), Department of Force Health Protection (DFHP)/Medical Education and Training Campus. These services are critical for ensuring uninterrupted instruction.
Contract Details
- Type: Sole-Source Task Order (W9124J-25-F-A127) under a MATOC ID/IQ contract.
- Incumbent: FALCONA MANAGEMENT & TECHNICAL, LLC (initial award: 29 Sept 2024).
- Period: FY25.
- Estimated Value: $316,053.60.
- Product Service Code: U008 (Training/Curriculum Development).
- Agency: DEPT OF THE ARMY / W6QM MICC-FDO FT SAM HOUSTON.
Eligibility & Set-Aside
This is a sole-source justification; therefore, set-aside designations are not applicable.
Important Notes
The justification cites FAR Part 16, §3406(c)(2), emphasizing the need for continuity and efficiency. It highlights risks associated with annual recompetes, such as performance disruptions, onboarding delays, and loss of institutional knowledge. Market research confirmed the incumbent possesses the necessary trained, security-cleared, and site-acclimated personnel. Alternatives, including a high-risk recompete or a service gap, were deemed unacceptable due to mission impact. The government is developing a new Performance Work Statement (PWS) to facilitate a future competitive action.
Contact Information
- Primary: Walter L. Williams (walter.l.williams24.civ@army.mil, 520-691-0268)
- Secondary: Angelic M. Hatcher (angelic.m.hatcher.civ@army.mil, 210-466-2132)