Secure Facility Advisors
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 Defense Information Systems Agency (DISA) has issued a Sole Source Justification & Approval (J&A) for the procurement of Secure Facility Advisors and Construction Security Technicians (CSTs). This action, under FAR Part 8, awards a one-year task order to Markon, LLC for services in Washington, DC. The justification cites urgent and compelling circumstances due to the unexpected non-renewal of an Interagency Agreement (7600A), which necessitated a sole source award to ensure continuity of critical operations and allow sufficient time for a competitive follow-on acquisition in Fiscal Year 2027. The estimated value for this action will not exceed $10M.
Scope of Work
The services include providing secure facility advisors and CSTs to advise the Government on facility matters, including routine maintenance and improvement projects. This support is crucial for managing critical information technology, audiovisual, and communications functions performed in secure facilities, which must be fully operational 24/7/365. Key responsibilities involve routine facility inspections, advising on necessary repairs and renovations, responding to facility-related deficiencies, and providing on-call CSTs with 24-hour notice.
Contract Details
- Type: Task Order under a GSA Multiple Award Schedule (MAS) contract.
- Period of Performance: One year, from May 24, 2026, through May 23, 2027.
- Estimated Value: Not explicitly stated, but the justification is for an action not exceeding $10,000,000.
- Funding: FY2026 Operation & Maintenance (O&M) appropriated funds.
- Contract Line Item Numbers (CLINs): Utilizes a mix of Firm-Fixed Price (FFP), Labor Hour (LH), and Time & Materials (T&M).
Justification & Rationale
This is an exception to fair opportunity due to urgent and compelling circumstances. The unexpected decision not to renew the previous Interagency Agreement (7600A) left insufficient time for a competitive acquisition by the required date, which would have prevented a necessary transition period for a new contractor. Markon, LLC was selected as the sole source due to their existing institutional knowledge and expertise with these specific facilities since 2021. This sole source award provides the Government with the necessary lead-time to pursue a competitive follow-on contract and ensure a successful transition in Fiscal Year 2027.
Set-Aside
This is a sole source justification; therefore, it is not set-aside. The prior award was also not set-aside.
Future Plans
A competitive acquisition for these services is planned for the follow-on contract in Fiscal Year 2027.
Contact Information
- Primary: Carol Craig (carolyn.n.craig.civ@mail.mil, 6678902490)
- Secondary: Robin Schuster (robin.n.schuster.civ@mail.mil, 6678913711)