SPECIAL NOTICE
D -- NOTICE OF INTENT TO AWARD SINGLE SOURCE to PLEXSYS Interface Products, Inc. for Advanced Simulation Combat Operations Trainer (ASCOT) and Direct Link Interface (DLI) systems software support.
- Notice Date
- 4/23/2025 7:24:14 AM
- Notice Type
- Special Notice
- NAICS
- 513210
—
- Contracting Office
- FA5000 673 CONS LGC JBER AK 99506-2501 USA
- ZIP Code
- 99506-2501
- Solicitation Number
- FA500025ASCOT1
- Response Due
- 4/24/2025 8:00:00 AM
- Archive Date
- 05/09/2025
- Point of Contact
- Jason P. Topick, Phone: 9075525570
- E-Mail Address
-
jason.topick.1@us.af.mil
(jason.topick.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NOTICE OF INTENT TO AWARD SINGLE SOURCE to PLEXSYS Interface Products, Inc. for Advanced Simulation Combat Operations Trainer (ASCOT) and Direct Link Interface (DLI) systems software support. THIS IS NOT A REQUEST FOR QUOTE OR SOLICITATION FOR AN OFFER The United States Air Force, 673d Contracting Squadron at Joint Base Elmendorf-Richardson (JBER), Alaska, hereby submits a notice of intent to award a single-source, firm fixed contract to PLEXSYS Interface Products Inc., �PLEXSYS� (Unique Entity ID: C3MBRTJQUMZ3), 5900 NW Camas Meadows Dr. Camas, WA 98607. Market research indicates that only PLEXSYS Interface Products Inc., the manufacturer, developed and owns all proprietary rights to the Advanced Simulation Combat Operations Trainer (ASCOT) and Direct Link Interface (DLI) systems. PLEXSYS Interface Products Inc. is the only company that can provide the required proprietary software, unique troubleshooting capability, and system trained technicians necessary for system preventative maintenance and software updates. PLEXSYS Interface Products Inc will provide 1-year of ASCOT and DLI product support and maintenance from 1 June 2025 � 31 May 2026 and one option year from 1 June 2026 � 31 May 2027 including all options. PLEXSYS, the sole manufacturer of ASCOT, retains exclusive rights to the components, data, and proprietary information required for system maintenance and software upgrades. They do not license this information to third parties, making them the only source capable of providing the necessary support. This exclusivity is based on established rights, including limited rights in data, patent rights, copyrights, and proprietary processes. PLEXSYS Interface Products, Incorporated (UEI: C3MBRTJQUMZ3), the system provider, will cover all necessary software support. Anticipated Support as follows: 24/7 original equipment manufacturer (OEM) direct telephone and email support for quick answers to time critical issues. Direct access to PLEXSYS automated helpdesk. Allows registered users to directly report issues to the system developer/OEM, ask questions on how to use features and make suggestions for improvements with immediate OEM feedback. Unlimited software upgrades as deemed necessary from the OEM. It is anticipated that PLEXSYS releases software approximately twice a year. Issue OEM notes detailing software enhancements and issues that were addressed. Updated user manuals. Unlimited license updates or modifications for ASCOT and DLI software support. This procurement will be made under FAR Par 12 Acquisition of Commercial Products and Commercial Services and Simplified Acquisition Procedures as authorized by FAR 13.106-1(b)(i). The anticipated award date is 31 May 2025. This is a notice of the intent to award a single source contract. It is published for informational purposes only and not as a request for competitive proposals or quotations. Therefore, no solicitation document exists for this requirement. No responses to the notice of intent to sole source are anticipated, however, all capability statements received within 14 calendars days after date of publication of this notice will be reviewed by the government and considered. Statements must be received NLT 11:00AM EST 24 April 2025. If your firm desires to submit a capability statement, it should demonstrate the vendor's experience specific to this procurement. The statement shall include business size; ability to perform work and any other information indicating a legitimate ability to meet the government's specific requirements. Statement should not exceed 5 pages in length. Written inquiries may be directed to Jason P. Topick via email at jason.topick.1@us.af.mil. Oral communications are not accepted. Be advised that all correspondence sent via e-mail shall contain a subject line that reads �Notice of Intent SS � to PLEXSYS for ASCOT and DLI�. Note that e-mail filters at Joint Base Elmendorf-Richardson (JBER) are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe, or .zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at JBER. If sending attachments with e-mail, ensure only .PDF, .doc, docx, xls, or .xsls documents are sent. The e-mail filter may delete any other form of attachments. A determination by the government not to compete this anticipated contract based upon 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. Submitted information will be protected in accordance with DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program, and no feedback will be provided regarding submissions or the total number of submissions received.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ede4be7378e3422490c598650193341f/view)
- Place of Performance
- Address: JBER, AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN07418329-F 20250425/250423230047 (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 |