TDMT
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 Logistics Agency (DLA), specifically DCSO Philadelphia, has published a Justification for an Exception to Fair Opportunity for the TDMT program. This justification authorizes a sole-source modification to an existing competitive task order (SP4709-24-F-0075) to provide AWS hosting support services for the Applied Research & Testing Emerging Technologies (ARTET) program. This action is a logical follow-on to services currently provided by the incumbent contractor.
Scope of Work
The modification requires comprehensive AWS hosting support services for the TDMT program, expanding to include all requirements for the ARTET program. Key services encompass:
- Sustainment and development activities.
- Research, development, testing, and evaluation (RDT&E) of capabilities through simulation and modeling.
- Provision of a cloud infrastructure compliant with DoD and DLA policies.
- Support for process engineering improvements and prototyping.
- Piloting, testing, evaluating, implementing, and sustaining cloud research and development environments.
Contract & Timeline
- Type: Modification to existing Task Order SP4709-24-F-0075 (Multiple Award Schedule).
- Set-Aside: Not applicable; justified as a sole-source logical follow-on under FAR 16.505(b)(2)(i)(C).
- Period of Performance (Option 1): April 7, 2026 to July 7, 2026.
- Period of Performance (Option 2): July 8, 2026 to December 31, 2026.
- Published: March 31, 2026.
Justification Rationale
The justification highlights that the current contractor possesses unique qualifications, including intimate knowledge of the software architecture and operational requirements, and a pre-existing DLA Authority to Operate (ATO). Awarding to a new contractor would incur significant costs and delays due to ramp-up, onboarding, and the necessity of obtaining a new ATO. This modification is expected to save costs and mitigate risks by leveraging the existing contractor's expertise and infrastructure.
Additional Notes
This notice is a justification for a non-competitive action and does not represent a new solicitation for competitive bids.