The United States Air Force has a requirement for help desk support/The Joint Cyber Command and Control (JCC2) Contracting Branch (AFLCMC/HNCKJ) intends to award a Firm-Fixed-Price (FFP) purchase order on a sole-source basis to Leidos. For the procurement of CLIN 0001 Software/Modification (1 Lot), CLIN 0002 Travel (1 Lot), and CLIN 0003 Data (1 Lot). This identified requirement is in support of the Cryptologic Logistics Automated Support System (CLASS). This sole source effort to Leidos (Leidos, Inc.) whom designed CLASS has the flexibility to adapt to almost any supply support concept of operation. CLASS provide automated, real-time capability to control and account for all categories of assets. Furthermore, this action will allow Leidos to modify the existing system to comply with approved AF CIO IT standards. The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform technical and software support as defined in this performance work statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract for the Cryptologic and Cyber Systems Division (AFLCMC/HNC & WNM) at Joint Base San Antonio-Lackland (JBSA-Lackland). The contractor must use software from the Air Force approved list of products and vendors to conform to JBSA-Lackland computer network standards. The server used for development must be STIG (Security Technical Implementation Guide) compliant. All compliance standards/direction will be provided by the Government and further clarification of the requirement can be found in the Performance Work Statement (PWS). The Contracting Officer has determined that the circumstances of this contract action deem only one source reasonably available. Therefore, the proposed action is for the required supplies which the Government intends to solicit from one source under the authority of FAR 6.302-1. This notice of intent is not a request for competitive quotes/proposals, and no solicitation exists for the requirement. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. Sources interested in responding to this notice are required to submit convincing evidence that clearly demonstrates the capability of meeting this requirement by the due date. A request for documentation or additional information, or submissions that only ask questions or expresses interest in the requirement without demonstrating the capability of meeting the requirement will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source procurement.