Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2021 SAM #7063
SPECIAL NOTICE

16 -- Notice of Contract Action - JSE F-35 Panoramic Cockpit Display

Notice Date
4/1/2021 3:40:37 PM
 
Notice Type
Special Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA9302 AFTC PZIE EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AX1062A001
 
Response Due
4/8/2021 1:00:00 PM
 
Archive Date
04/23/2021
 
Point of Contact
Lisa Davis, Phone: 6612752498, Fax: 6612770470, John Walker, Phone: 6612771829
 
E-Mail Address
lisa.davis.6@us.af.mil, john.walker.68@us.af.mil
(lisa.davis.6@us.af.mil, john.walker.68@us.af.mil)
 
Small Business Set-Aside
WOSBSS Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15)
 
Description
Notice Type: Notice of Contract Action � JSE F-35 Panoramic Cockpit Display Justification, Statutory Authority: FAR 13.501(a) � 41 USC 1901- Only one responsible source and no other supplies or services will satisfy agency requirements. Contract Award Date: TBD Contract Award Number: TBD Synopsis: The United States Air Force Test Center/Directorate of Contracting (AFTC/PZIEB), Edwards AFB, CA intends to issue a sole source contract to Aerospace Drive Technologies, Inc., 2807 Catherine Way, Santa Ana CA 92705-5708, for the Joint Simulation Environment (JSE) F-35 Panoramic Cockpit Display. The contract will be executed by means of other than full and open competition, due to the need to maintain commonality, interoperability and compatibility with the current systems located at Edwards AFB already used by the JSE team. Aerospace Drive Technologies, Inc., is the only manufacturer for the F-35 Panoramic Cockpit Display and the purchase is in the best interest of the Government. The authority permitting other than full and open competition is 41 USC 1901 - FAR 13.501(a) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in- �������������������� (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; or �������������������� (B) Unacceptable delays in fulfilling the agency's requirements. Aerospace Drive Technologies, Inc., is the only manufacturer of the F-35 Panoramic Cockpit Display required. These items are tailored specifically to the JSE F-35 simulation equipment and meet highly demanding flight test simulation and shared-environment database requirements. No other technical solution has the compatibility, commonality, or interoperability with current and proposed JSE.� �Aerospace Drive Technologies, Inc., has no authorized resellers. The specified F-35 Panoramic Cockpit Display are utilized in a highly specialized major system used by the USAF in a government owned simulation architecture supporting developmental and operational flight testing, high-end advanced tactics and training development, and joint force experimentation projects in a near-peer adversary combat test environment. As such, the F-35 Panoramic Cockpit Display must be of extraordinarily high precision and must be 100% inter-operable across the AF JSE enterprise. Identical performance must be present in all facilities to ensure that test results in one facility may be identically reproducible in another JSE facility. Further, costly and time-consuming validation, verification, and accreditation on the F-35 simulator. �It is in the best interest of the government to establish a common hardware/firmware/software configuration across the joint-service enterprise. Commonality and interoperability allows the AF to achieve higher efficiency by using a shared spare parts pool for logistics support, establishes a joint-service system engineering baseline, and minimize costly validation and verification testing across the three operating locations. It will be a substantial duplication of cost to change systems already in use by the Joint Simulation Environment. The Government requests that initial feedback, comments and questions be submitted no later than seven (7) calendar days from the date of this notice posted to www.beta.SAM.gov. In accordance with leeway permitted by FAR 13.501(a)(iii), all responsible sources may submit a capability statement, which shall be considered by the agency. Please submit all questions, comments and feedback regarding this F-35 Panoramic Cockpit Display via e-mail to the following Points of Contact: Mr. John Walker, Contract Specialist, Phone: 661-277-2546, Email: john.walker.68@us.af.mil Ms. Lisa Davis, Contract Specialist, Phone: 661-275-2498, Email: lisa.davis.6@us.af.mil No telephone responses will be accepted. Any information submitted by respondents to this Notice of Contract Action is strictly voluntary. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such, and will be properly protected from disclosure. No classified information shall be submitted. Any response submitted by respondents to this Notice of Contract Action constitutes consent for that submission to be reviewed by Government personnel. The Air Force Test Center has appointed an Ombudsman to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Concerned parties should address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution prior to consulting the Ombudsman. Additionally, Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101 � Ombudsman, will be included in any potential solicitation and contract for this acquisition. The AFTC Ombudsman contact information is as follows: Air Force Test Center Vice Commander 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784. Phone Number (661) 277-2810, Facsimile Number (661) 277-7593, Email: aftc.workflow@us.af.mil. DISCLAIMER AND NOTICE: This is a courtesy Notice of Contract Action only and does not constitute a commitment, implied or otherwise, that AFTC/PZIEB, will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotation. This courtesy Notice of Contract Action only shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b67a18f564134274af817ada6001f043/view)
 
Record
SN05959742-F 20210403/210401230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.