SPECIAL NOTICE
16 -- SOCA - CONTROL DISPLAY UNIT
- Notice Date
- 9/12/2025 1:24:01 PM
- Notice Type
- Special Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Response Due
- 9/16/2025 11:59:00 PM
- Archive Date
- 10/01/2025
- Point of Contact
- Austen Siegler, Phone: 5128096569
- E-Mail Address
-
austen.siegler.1@us.af.mil
(austen.siegler.1@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Notice Type: Synopsis of Contract Action � CONTROL DISPLAY UNIT � Sole Source Award to Mercury Mission Systems, LLC Justification, Statutory Authority: FAR 13.106-1(b)(1)(i) For a proposed contract not exceeding the Simplified Acquisition Threshold (SAT), the contracting officer�s certification that the justification is accurate and complete to the best of the contracting officer�s knowledge and belief will serve as approval, unless a higher approval level is established in accordance with agency procedures. 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/PZZF), Edwards AFB, CA intends to issue a sole source contract to Mercury Mission Systems, LLC located at 3601 E University DR Phoenix, Arizona 85034-7217 United States to supply proprietary control display units integral to F-35 flight-test instrumentation at Edwards AFB, CA. The contract will be executed by means of other than full and open competition, due to Mercury Mission Systems, LLC being the sole capable source. In accordance with FAR 5.207(c)(15): The Intended source is Mercury Mission Systems, LLC. Competition is absent because the F-35 engineering drawings specify Mercury�s proprietary control-display unit, and no other vendor can provide a form-fit-function match without costly redesign, making Mercury the only responsible source. The 412th Test Wing requires replacement control-display units for F-35 flight-test instrumentation. These panels are line-replaceable aircraft components whose part numbers are explicitly called out on more than 600 Lockheed Martin released engineering drawings. Mercury Mission Systems designed the units in close collaboration with the prime contractor and remains the only manufacturer approved for aircraft installation; no form-fit-function alternates exist. Redirecting the buy to another source would force Lockheed Martin to redesign multiple electrical and mechanical interfaces, rework installed wiring and line-replaceable units, and revise hundreds of drawings�tasks that would delay the production line by months and add tens of millions of dollars in non-recurring engineering costs. With three major manufacturing sites already fabricating aircraft to the current configuration, any stop-work ripple would quickly escalate into hundreds of millions of dollars in schedule penalties and overhead.Redirecting the buy to another source would force Lockheed Martin to redesign multiple electrical and mechanical interfaces, rework installed wiring and line-replaceable units, and revise hundreds of drawings�tasks that would delay the production line by months and add tens of millions of dollars in non-recurring engineering costs. With three major manufacturing sites already fabricating aircraft to the current configuration, any stop-work ripple would quickly escalate into hundreds of millions of dollars in schedule penalties and overhead. The contract awarded from this requirement will be firm-fixed price. 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: ? 1st Lt Austen Siegler, Contracting Officer, austen.siegler.1@us.af.mil@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/PZZF, 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/workspace/contract/opp/c30f9258861347018b5c472a50752e77/view)
- Place of Performance
- Address: Edwards, CA, USA
- Country: USA
- Country: USA
- Record
- SN07588605-F 20250914/250912230040 (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 |