Notice of Intent to Award Sole Source Bridge Contract
Special Notice from DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY (DCSA) • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Feb 26, 2026.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
Description
NOTICE OF INTENT TO AWARD A SOLE SOURCE BRIDGE CONTRACT
The Defense Counterintelligence and Security Agency (DCSA) Procurement Solutions (PRS) proposes to enter into a contract on the basis of other than full and open competition with The Prospective Group (TPG) on behalf of the DCSA Acquisition and Technology (A&T) Program & Execution (P&E) Office. The statutory authority permitting other than full and open competition is FAR 6.302‑1, “Only one responsible source and no other supplies or services will satisfy agency requirements.”
Contracting Activity:
DCSA Procurement Solutions
27130 Telegraph Road, Quantico, VA 22134
Requesting Activity:
DCSA A&T P&E Office
27130 Telegraph Road, Quantico, VA 22134
DCSA’s A&T P&E office provides enterprise‑level business, financial, acquisition, and program management support that enables execution of the Agency’s mission to protect critical national security information, technology, personnel, and industrial defense capabilities. A&T P&E delivers the business operations infrastructure supporting DCSA mission owners, including budget execution, acquisition governance, program lifecycle management, requirements development, project integration, and other functional support essential to day‑to‑day operations.
DCSA A&T P&E requires a sole‑source, short‑term bridge contract for continued Business Operations Support Services (BOSS). This bridge contract is necessary to ensure uninterrupted operational, financial, acquisition, and program management support during a critical period in which the competitive follow‑on contract is being finalized. This temporary contract will maintain the current level of service and prevent disruptions until the competitive award is completed and transitioned.
TPG is the incumbent contractor currently performing these services and possesses the mission‑critical expertise and system familiarity required to ensure immediate continuity. Their personnel are already fully integrated into A&T governance workflows, budget execution activities, acquisition planning requirements, and project coordination across multiple mission areas. Award to any other source at this time would cause unacceptable delays and introduce operational risk, as a new vendor would require extensive ramp‑up time to gain the required system access, knowledge of internal workflows, and understanding of A&T’s interdependent processes. As such, this bridge contract is necessary to maintain seamless operations and ensure mission timelines and deliverables remain on track until the long‑term, competitively awarded contract is in place.
Be advised that the aforementioned information is anticipatory in nature and is not binding. This notice is not a request for competitive proposals; however, any firm believing that they can fulfill the requirement of providing these services may be considered by the Agency. Interested parties shall identify their interest and capabilities in response to this notice within 15 calendar days of publication. The Government reserves the right not to respond to any expressions of interest received.
Only written comments, questions, or concerns regarding this notice will be accepted. Please submit them via e-mail to Tawny Beard-Landers at tawny.r.beard-landers.civ@mail.mil within the timeframe specified in this special notice. The Government will not reimburse any submissions. All costs associated with submitting a response will be the sole responsibility of the submitting party. A determination by the Government not to compete this proposed contract action based upon responses to this notice will be made at the sole discretion of the Government. This notice is provided for informational purposes only. If the Government decides to award the proposed sole source contract, the justification and approval documentation will be posted in accordance with regulations.
All information received in response to this notice that is marked Proprietary will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Submissions will not be returned.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.