SUPPORT FOR STRATEGIC PLAN

SOL #: SP470424F0041P00004JustificationSole Source

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DCSO RICHMOND DIVISION #2
RICHMOND, VA, 23237, United States

Place of Performance

Fort Belvoir, VA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

Other Management Support Services (R799)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 13, 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 Defense Logistics Agency (DLA) has issued a Limited Source Justification (LSJ) for a modification to an existing firm-fixed-price task order (SP4704-24-F-0041) with Accenture Federal Services (AFS) LLC. This modification is to provide additional and expanded support for the DLA Strategic Plan and related activities, including sophisticated Knowledge Management (KM) and management of the 'Vector' platform.

Scope of Work

The modification expands the scope of services to support the DLA Strategic Plan, leveraging AFS's established knowledge and ongoing support. Key justifications for this sole-source action include:

  • Logical Follow-on: Continues a previously competitively awarded Federal Supply Schedule (FSS) order.
  • Economy and Efficiency: Awarding to AFS is deemed more economical and efficient due to their existing expertise.
  • Unique Qualifications: AFS possesses unique institutional knowledge of DLA's culture, stakeholders, and strategic imperatives, developed over a year of supporting the DLA Strategic Plan 2025-2030.
  • Mitigation of Risk: Introducing a new contractor would cause significant delays, onboarding challenges, and potential rework, jeopardizing critical milestones like the Agency Transformation Summit (ATS) and Agency Annual Guidance development.
  • Cost-Effectiveness: A new vendor would incur duplicative costs for analysis and re-engagement, leading to higher overall expenses and potential mission failure.
  • Scope Expansion: Includes new requirements for advanced Knowledge Management and 'Vector' platform management.

Contract & Timeline

  • Type: Justification for a modification to an existing Firm-Fixed-Price Task Order (SP4704-24-F-0041) under STEPS Blanket Purchase Agreements (BPAs).
  • Period of Performance: May 02, 2025 – May 01, 2026, with an addendum extending to July 31, 2026 for specific tasks.
  • Set-Aside: None (Justification for sole-source modification).
  • Published: March 13, 2026.

Additional Notes

The Performance Work Statement (PWS) is being updated to reflect evolving mission requirements and operational objectives. This document does not impact proposal submission deadlines as it is a justification for a sole-source modification.

Contact: Tiffany Welch (tiffany.welch@dla.mil).

People

Points of Contact

Tiffany WelchPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: Mar 13, 2026
SUPPORT FOR STRATEGIC PLAN | GovScope