Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2025 SAM #8543
MODIFICATION

J -- E3 SYSTEM AIRBORNE WARNING AND CONTROL SYSTEM (AWACS)-AVIONICS INTEGRATION LAB (AIL) INTEGRATION AND TEST SUPPORT (AITS) (SYSTEM AITS) LAB SUPPORT

Notice Date
4/15/2025 12:59:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
FA8730 KESSEL RUN AFLCMC/HBBK HANSCOM AFB MA 01731-2100 USA
 
ZIP Code
01731-2100
 
Solicitation Number
FA2363
 
Response Due
4/30/2025 2:00:00 PM
 
Archive Date
05/15/2025
 
Point of Contact
Brett Clemens, Phone: 7812255722, Allison Eacrett
 
E-Mail Address
brett.clemens.1@us.af.mil, allison.eacrett@us.af.mil
(brett.clemens.1@us.af.mil, allison.eacrett@us.af.mil)
 
Description
E3 System AWACS Integration and Test Support (AITS) (System AITS) Notice Type: Notice of Contract Action (NOCA) Contract Award Number: FA8730-20-C-0002 Synopsis: The purpose of this posting is to provide notification to our industry partners that Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance, Reconnaissance & Special Operations Forces Directorate (AFLCMC/WI), International Airborne Battle Management Command and Control (AFLCMC/WIM).intends to award a contract extension pursuant to FAR 52.217-8 Option to Extend Services, to The Boeing Company 7755 E Marginal Way, S Seattle, WA 98108?4002, to provide for the continued operations and maintenance of the E?3 System AWACS Integration and Test Support (AITS) laboratory (System AITS). The E?3 System AITS provides the environment to provide for the development and testing of new software and hardware prior to operational aircraft integration. This System Level Integration and Software Development environment is presently housed at contractor?owned facilities. The System AITS lab is comprised of extensive Boeing infrastructure designed specifically to house the lab environment, combined with a substantial suite of GFP assets. The AITS services were proposed by Boeing in the 1970�s during the early days of the AWACS program as part of the original EMD contract to allow for the conduct of integration and test requirements associated AWACS programs in a lab environment to economize and reduce the amount of actual flight testing. Since then, the AWACS representative lab environment has existed at the Boeing facility in Seattle, WA for the purpose of providing the lab support required by AWACS upgrade programs to execute their respective missions. Among the most critical customers of the System AITS lab Environment is the AWACS Foreign Military Sales (FMS) customers. This contract was originally awarded under the authority permitting other than full and open competition is 10 USC 2304(c)(1), as implemented as follows: - FAR 6.302?1(a)(2) ? When the supplies or services required by the agency are available from only one responsible source, or, for DoD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. - FAR 6.302?1(a)(2)(iii)(B) further goes on to state that for DoD, NASA, and the Coast Guard, services may be deemed to be available only from the original source in the case of follow?on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in unacceptable delays in fulfilling the agency's requirements. This notice is issued solely for information and planning purposes; it does not constitute a Request For Proposal (RFP), promise to issue an RFP, nor constitutes a solicitation. This special notice does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not seeking proposals at this time and will not accept unsolicited proposals. Please submit all questions, comments and feedback regarding this NOCA via e-mail to the following Points of Contact: Mr. Brett Clemens, Contracting Officer, WIMK E-mail: brett.clemens.1@us.af.mil MSgt Alexandra Counts, Contracting Officer, WIWK Email: alexandra.counts@us.af.mil Ms. Allison Eacrett, Contract Specialist, WIMK Email: allison.eacrett@us.af.mil No telephone responses will be accepted. The Government is not requesting any information, however, should 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, Federally Funded Research and Development Center employees and Advisory & Assistance Services contractor employees, unless the respondent clearly objects in writing to the release of this information to Federally Funded Research and Development Contractor employees and Advisory & Assistance Services Contractor employees. DISCLAIMER AND NOTICE: This is a courtesy Notice of Contract Action only and does not constitute a commitment, implied or otherwise, that AFLCMC/WIM, will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotation. This is a courtesy Notice of Contract Action only and 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 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/1a7e0eed9782488a8cbf9f2c3cc1d147/view)
 
Place of Performance
Address: Oklahoma City, OK, USA
Country: USA
 
Record
SN07408663-F 20250417/250415230040 (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.