Opportunity

SAM #NSF260001

Sole Source Bridge Contract for SAHPR Support Services under USAP

Buyer

NSF Office of Polar Programs

Posted

April 13, 2026

Respond By

April 28, 2026

Identifier

NSF260001

NAICS

541618, 624190

The National Science Foundation's Office of Polar Programs is extending a sole source bridge contract to LDSS for Sexual Assault and Harassment Prevention and Response (SAHPR) support services under the United States Antarctic Program (USAP): - Government Buyer: - U.S. National Science Foundation (NSF), Office of Polar Programs - OEMs and Vendors: - LDSS (only vendor mentioned) - Products/Services Requested: - Specialized SAHPR support services, including: - Education and prevention programs - Operational integration within USAP - Development of deliverables such as the 2027 climate survey - No specific products or part numbers requested; procurement is for services only - Unique or Notable Requirements: - Ability to operate within the transitioning Antarctic Support Contract (ASC) environment - Support for a full seasonal operational cycle in Antarctica - Maintain program integrity and personnel safety in a remote, logistically constrained environment - Continuity of services to avoid operational disruption during ASC transition - Place of Performance: - United States Antarctic Program facilities in Antarctica - NSF Office of Polar Programs, Alexandria, VA

Description

The U.S. National Science Foundation intends to award a sole source interim 18 month bridge contract to LDSS for the continued provision of Sexual Assault and Harassment Prevention and Response (SAHPR) support services under the United States Antarctic Program (USAP).

This bridge action is being conducted under the authority of FAR 6.103-1.  Due to the integrated and operationally embedded nature of the SAHPR services within USAP, only one responsible source can meet the agency requirements without unacceptable risk to continuity of operations  and satisfy agency requirements during this interim period. 

Specifically,

1) The Antarctic Support Contract (ASC) is the overarching contract that provides logistics and infrastructure support for all  U.S. scientific operations in Antarctica. The expected transition end date for this contract has been delayed until September 2027. The SAHPR contractor both serve to educate the contracted personnel of ASC as well as being part of the operational posture of the ASC in support of the scientific operations in Antarctica. The ASC is currently in a transition phase, with the incumbent ASC contractor transitioning out and a successor contractor will be establishing its own operational framework, processes, and support systems. Introducing a new SAHPR contractor during this same period would result in a dual-transition environment, in which:

A new SAHPR contractor would be required to integrate with the outgoing ASC contractor’s processes and systems, while those processes are simultaneously being phased out; and shortly thereafter, that same SAHPR contractor would need to re-integrate into an entirely new ASC contractor’s operational framework, requiring a second transition effort. This sequential re-integration would be inherently inefficient, duplicative, and operationally disruptive, as it would require: (1) re-establishment of coordination protocols, communication channels, and response procedures twice within a compressed timeframe; (2) re-training and re-alignment of personnel across two different operational infrastructures; and (3) increased risk of gaps, inconsistencies, or breakdowns in critical SAHPR services during both transition phases. Such a dual-transition scenario would introduce unacceptable risk to  critical response procedures, personnel safety, and program execution, particularly in the Antarctic environment, where operations are remote, logistically constrained, and highly dependent on stable, integrated support systems.

Maintaining the current SAHPR contractor, LDSS, throughout the ASC transition period avoids inefficiencies, mitigates safety risks, and ensures continuity of integrated operations. LDSS is already: Fully embedded within the existing USAP operational structure, familiar with current ASC processes and personnel, and positioned to transition once—alongside the incoming contractor—rather than being required to transition twice. This approach ensures a single, coordinated transition that minimizes disruption risk and ensures sustained delivery of critical SAHPR services.   

2) LDSS is currently performing under the existing contract and is actively developing critical SAHPR deliverables including the 2027 climate survey which is anticipated to be completed by September 2028. Transitioning to another source at this stage would reduce program coherence, undermine methodological           consistency, and risk the validity and credibility of the survey results. Allowing LDSS to complete these deliverables by September 2028 allows the contractor that designed the instruments to complete development, execution, analysis, and reporting of deliverables such as the climate survey end to end which would be the most operationally efficient means of accomplishing the work.

3) The 18-month of extension to September 2028 is contemplated assuming the follow on SAHPR award will be issued around September 2027 in alignment with the ASC transition end date, the follow on SAHPR contractor would have the critically needed full Austral winter and summer season to transition with the incumbent contractor LDSS on the daily requirements of the SAHPR program allowing the follow on contractor to learn the full spectrum of SAHPR services throughout both the Austral winter and summer season to ensure a  controlled and effective transition without disruption to mission critical, high risk services..

For the rationale cited herein, NSF finds LDSS is the only viable contractor that can execute the current SAHPR program efforts without unduly disruption to ongoing operations, degradation of program integrity, increased risk to personnel and mission execution.

This notice of intent is not a request for competitive proposals and no solicitation document will be issued. However, all responsible sources interested in responding to this notice may submit a capability statement which shall be considered by the agency. Any capability statement shall include the following information:

Information demonstrating responsibility in accordance with FAR Part 9, A specific exception to the Government’s intent to procure on a sole source basis, Technical evidence demonstrating the capability to immediately perform within an ongoing ASC transition environment without disruption, Past performance information on similar efforts, particularly in remote or highly integrated operational environments, and The contractor’s social economic status (8(a), woman owned small business, Hubzone, etc.).

The capability statement must provide clear and unambiguous evidence demonstrating the ability to perform the requirement without substantial duplication of cost or unacceptable delays, including the ability to operate within a transitioning ASC environment and support a full seasonal operational cycle in Antarctica.

A request for documentation, or submissions that only ask questions, will not be considered an affirmative response to this notice. The Government does not intend to award a contract based on this notice nor will it reimburse any costs associated with preparing or submitting a response.

Capability statements are due no later than 5:00PM Eastern Standard Time on 28 April 2026. It is the responsibility of the respondent to confirm receipt with the Government prior to the deadline.

View original listing