Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 24, 2025 SAM #8459
SPECIAL NOTICE

58 -- Notice of Contract Action - Quasonix Transmitter Receivers

Notice Date
1/22/2025 9:13:37 AM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AD4345A001
 
Response Due
1/27/2025 10:00:00 AM
 
Archive Date
01/29/2025
 
Point of Contact
Kimberly McGee, Phone: 6612777402, Adam R. Confer
 
E-Mail Address
kimberly.mcgee@us.af.mil, adam.confer.2@us.af.mil
(kimberly.mcgee@us.af.mil, adam.confer.2@us.af.mil)
 
Description
Notice Type: Notice of Contract Action � Quasonix Transmitters Receivers. 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/PZZG), Edwards AFB, CA intends to issue a sole source contract to Quasonix located at 6025 Schumacher Park Drive, West Chester, Ohio, 45069-4812 for transmitters-receivers. The contract will be executed by means of other than full and open competition, due to Quasonix being the only capable vendor to supply compatible processing systems with the current control rooms at Edwards AFB, CA. 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. The Combined Test Force (CTF) has a requirement for Quasonix Transmitter and Receivers. The are the approved replacement parts in support of the current legacy systems on the flight line and all current CTF supporting Flight Test activities at Edwards AFB. The requested Quasonix transmitters and receivers meet with flight test performance requirements while working within the constraints of the production build. Current design constraints require these assets be used in their telemetry redesign along with electrical/mechanical performance characteristics. The primary contractor (Northrop) used Quasonix as the original equipment manufacturer (OEM) to provide the telemetry and ReRad capabilities and support this program ability to meet design, form, fit and function needs. The SRF program office at Edwards selected Quasonix to be their go-to for future program requirements in order to maximize use and efficiency of the remaining telemetry spectrum and to reduce maintenance and training expenses by having a common set of hardware across the Range at Edwards AFB. Any potential move to a different vendor would incur large duplication of costs and efforts. Any potential cost savings are not expected to be recovered from a potential change. All existing hardware would need to be switched to a new system at a large cost to the government. This would also result in a large amount of down time in order to switch all hardware to a new brand. Any down time would result in immediate and significant test mission impact.. . The Government requests that initial feedback, comments, and questions be submitted no later than three (3) 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 EW Turntable Controls Hardware and Upgrade via e-mail to the following Points of Contact: Mr. Adam R. Confer, Contracting Officer, Phone: 661-277-3932, Email: Adam.confer.2@us.af.mil Ms. Kimberly Tate, Contract Specialist, Phone: (661) 277-7402, Email: kimberly.tate.2@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/PZZG, 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://sam.gov/opp/5c74a7f32b5d4c82a5410eb75c88c393/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07319291-F 20250124/250122230059 (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.