Loading...
W569QE26X0005
Response Deadline
Apr 30, 2026, 10:00 PM(CDT)14 days
Eligibility
Contract Type
Presolicitation
The Department of the Army, Joint Task Force–Southern Border (JTF‑SB), intends to award a sole‑source contract for continued support and sustainment of the existing Relocatable Building (RLB) Tactical Operations Center (TOC) located at Laughlin Air Force Base, Del Rio, Texas as specified in the performance work statement (PWS). This action is being pursued under FAR 6.103-1(b), which authorizes contracting without full and open competition when only one responsible source is capable of providing the required supplies or services and no other source can meet the agency’s needs.
The RLB TOC is the battalion’s only secure mission‑command node and contains integrated classified communications infrastructure, including SIPR/NIPR hardline drops, a Small Network Node (SNN), crypto devices, classified radios, and buried secure network pathways. The facility’s utilities, including water, electrical power, and sewer, are permanently tied into the base infrastructure through engineered, buried conduits. These systems cannot be dismantled, relocated, or reconstructed without exposing classified pathways and interrupting secure communications.
Any vendor other than the incumbent would be unable to perform the required services without dismantling the existing facility, which would result in the exposure of classified systems, a minimum twenty‑day loss of secure command‑and‑control capability, and unacceptable operational impacts to JTF‑SB and the 315th Engineer Battalion. Based on market research, the incumbent contractor is the only responsible source capable of providing uninterrupted support without compromising classified infrastructure.
This notice is not a request for competitive proposals or quotes. However, all responsible sources may submit a capability statement that will be considered by the Government. Responses must clearly demonstrate the ability to perform the required services without dismantling, relocating, or interrupting the existing classified infrastructure.
Response Instructions
Interested parties may submit a capability statement via email to:
[SFC Catherine McKinney: catherine.r.mckinney.mil@army.mil] [SSG Tameka Harwood: tameka.t.harwood.mil@army.mil]
Responses must be received no later than 30 MAY 2026 at 5:00pm CDT
Disclaimer
This Special Notice does not constitute a solicitation, Request for Quote (RFQ), or Request for Proposal (RFP). If you have already provided a capability statement for the Sources Sought under the same notice ID number, you do not need to submit again. A solicitation will not be issued. The Government will not reimburse any costs associated with responding to this notice.
Catherine McKinney
Tameka Harwood
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
MISSION INSTALLATION CONTRACTING COMMAND
410TH CSB
0410 AQ HQ CONTRACTING SUP
0410 AQ HQ CONTRACTING SUP
STE 320
2450 STANLEY ROAD
FORT SAM HOUSTON, TX, 78234-0000
NAICS
Prefabricated Metal Building and Component Manufacturing
PSC
PREFABRICATED AND PORTABLE BUILDINGS
Set-Aside
SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)