Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 15, 2024 SAM #8328
SPECIAL NOTICE

61 -- Synopsis of Contract Action (SOCA) - Specmat Technologies Inc

Notice Date
9/13/2024 11:29:21 AM
 
Notice Type
Special Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AS4257A001
 
Response Due
9/17/2024 12:00:00 PM
 
Archive Date
09/19/2024
 
Point of Contact
abel alcantar, Karla Vazquez
 
E-Mail Address
abel.alcantar.1@us.af.mil, karla_lizette.vazquez_montes@us.af.mil
(abel.alcantar.1@us.af.mil, karla_lizette.vazquez_montes@us.af.mil)
 
Description
Notice Type: Synopsis of Contract Action � Radio/Personal Locator Beacon Supplies � Sole Source Award to SPECMAT TECHNOLOGIES INC. Justification, Statutory Authority: FAR 13.106-1(b)(1)(i) � Soliciting Competition; (b)Soliciting from a single source. (1)�For purchases not exceeding the simplified acquisition threshold. (i)�Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, and brand-name or industrial mobilization). The authority permitting the use of noncompetitive procedures is 41 U.S.C. 3304 (a)(1). Contract Award Date: TBD �Contract Award Number: TBD Synopsis: This is a Sole Source synopsis published for informational purposes only. The United States Air Force Test Center/Directorate of Contracting (AFTC/PZZG), Edwards AFB, CA intends to issue a sole source contract to Specmat Technologies Inc located at 215 Dunavant Dr, Rockford, TN �to replace expired batteries that power the H.R. Smith 500-27-07 PLB and radio at Edwards AFB, CA. The contract will be executed by means of other than full and open competition, due to Specmat Technologies Inc being the only authorized reseller to provide HR Smith products. In order to comply with FAR 5.207(c)(15), the reason for lack of competition is as follows: The PLB and batteries, both considered government furnished equipment, are H.R. Smith products and are substantially less costly to purchase and maintain than the alternative AF legacy CSEL radio which requires additional support equipment and battery replacements. The only cost of maintaining these H.R. Smith radios are to replace the battery every five years. The US company that manufactures these British radios and batteries is Specmat Technologies Inc in Tennessee. Batteries are needed to replace expired batteries that power the H.R. Smith 500-27-07 PLB and radio. Additionally, the fool proof tags are used on the same PLBs to prevent accidental activation of the radio. These man-mounted PLBs are required for over water flights of aircrew and aircraft from the Edwards AFB F-35 Integrated Test Force. Past acquisition was accomplished via GPC purchases. However, this acquisition requires more batteries and parts to meet the flight operations need, and thus can no longer meet the GPC purchase limitations. Currently, there are no changes in the marketplace for suppliers, Specmat Technologies Inc is the only authorized reseller. Replacement parts will need to reacquire again in the future, but we will again look for other technologies and suppliers to meet the requirement. There are no solicitation documents; however, any vendors that believe they can meet the requirements described should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government�s requirement. Contractors must be registered in System for Award (SAM) at www.sam.gov Please submit all questions, comments, and feedback regarding this product to the following Points of Contact: Ms. Karla Vazquez, Contracting Officer, Email: karla_lizette.vazquez_montes@us.af.mil Mr. Abel Alcantar, Contracting Officer, Email: abel.alcantar.1@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 Synopsis of Contract Action only and does not constitute a commitment, implied or otherwise, that AFTC/PZZG, will take procurement action on 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://sam.gov/opp/fef3c46528d14d4ab502a6352bb2f78d/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07210488-F 20240915/240913230117 (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.