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 Medical Center of Excellence (MEDCoE) has issued a Justification for an Exception to Fair Opportunity (JEFO) to approve a sole-source award for Instructor/Multimedia Support (IMS) services. This action is a logical follow-on task order, W9124J-25-F-A123, under an existing Multiple Award Task Order Contract (MATOC) ID/IQ, to the incumbent contractor, Nisga'a Tek, LLC, at Joint Base San Antonio, Fort Sam Houston, TX. The estimated value for this action is $709,199.04.
Scope of Work
The requirement is for essential curriculum delivery review, evaluation, coordination, and execution of course support services for the Department of Operational Medicine (DOOM). These services are critical for training and educating medical personnel, ensuring their readiness to support worldwide contingency operations and meet Military Health System missions.
Contract Details
- Type: Sole-Source Task Order (W9124J-25-F-A123) under a MATOC ID/IQ
- Estimated Value: $709,199.04
- Incumbent: Nisga'a Tek, LLC
- Previous Task Order: W9124J-25-F-A114, awarded August 29, 2024, expiring August 28, 2025
- Product/Service Code: U008 (Training/Curriculum Development)
- Department/Agency: DEPT OF DEFENSE / DEPT OF THE ARMY
- Office: W6QM MICC-FDO FT SAM HOUSTON
Set-Aside & Justification
While the original MATOC was competed among 8(a) participants, this specific action is a sole-source logical follow-on. The justification cites FAR Part 16, specifically Title 10 U.S.C. §3406(c)(2) and FAR 16.505(b)(2)(i)(C), arguing that a recompete would introduce unacceptable risks, delays, and costs. Market research indicated that only the incumbent possesses the fully trained, security-cleared, and site-acclimated personnel necessary to guarantee uninterrupted instruction. Alternatives, such as a recompete or in-house performance, were deemed infeasible or posed significant mission risks due to a hiring freeze.
Future Plans
The government plans to develop a new Performance Work Statement (PWS) for a subsequent competitive action to ensure a level playing field.
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)