SPECIAL NOTICE
42 -- Notice of Contract Action� SYMTECH FIRE, LLC ST-PRO FIRE SIMULATOR � LN CURTIS & SONS
- Notice Date
- 9/26/2025 6:55:29 AM
- Notice Type
- Special Notice
- NAICS
- 33999
—
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- 09252025
- Response Due
- 9/29/2025 10:00:00 AM
- Archive Date
- 09/30/2025
- Point of Contact
- Suzanna Kussman, Joshua Vasquez
- E-Mail Address
-
suzanna.kussman@us.af.mil, joshua.vasquez.5@us.af.mil
(suzanna.kussman@us.af.mil, joshua.vasquez.5@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Notice of Contract Action� SYMTECH FIRE, LLC ST-PRO FIRE SIMULATOR � LN CURTIS & SONS The United States Air Force Test Center/Directorate of Contracting (AFTC/PZIOB) Edwards AFB, CA, intends to award a single source contract to: LN Curtis & Sons for the Symtech ST-PRO Fixed Flashover Fire Simulator, Installation, & Training *NOTICE* This is a courtesy notice of intent only and does not constitute a commitment, implied or otherwise, that AFTC/PZIOB 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 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. The information provided will be used to assess trade-offs 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. Scope of Work: The contract will be executed by means of other than full and open competition with a resulting Firm Fixed-Price contract with LN Curtis & Sons determined through market research to be a viable single source capable of meeting the minimum Government agency specifications. An attempt to identify potential alternate sources with the specialized qualifications required was made; however, LN Curtis & Sons was determined to be the sole authorized distributor of the required items. The 812th CES has a requirement for the purchase, installation, and training for a Symtech ST-RO Flashover Fire Simulator. This acquisition will enhance the operational readiness and safety of firefighters by providing realistic, controlled training scenarios that replicate the conditions encountered in modern structural fires. LN Curtis & Sons was determined to be a viable source as the sole authorized distributor for the required proprietary items manufactured by Symtech Fire LLC. Confirmation of this standing was provided by the CEO and Managing Director of Symtech Fire, LLC on 25 September 2025 via a letter of confirmation regarding authorized distributors. The Flashover Simulator from Symtech Fire, LLC offers unique features that are essential for firefighting training including 3 Ventilation points, (others offer only one or two), 3/16"" steel with insulation pavers throughout (others feature 1/8"" steel and pavers only in the burn area) and NFPA certified instructors for initial training (others are not NFPA certified). The multiple vents will allow a breadth of training scenarios and more control of fire conditions. The sturdier construction and extra insulation provides for the longevity of the trainer, and less heat transfer to the outside of the trainer. The NFPA certified instructors offer safer initial training for the department's personnel. These capabilities are superior to other suppliers and are critical for achieving safer and more diverse training scenarios. The Government does not perceive any alternatives which outweigh the LN Curtis & Sons option or satisfy the requirements as necessary. The company has the ability to meet mission schedules and most importantly, mission requirements and specifications for the unique Symtech simulators, representing the most cost-effective option for the taxpayer. The authority permitting other than full and open competition is FAR 13.106-1(b)(1)(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. Market Research: This is a Single Source synopsis published for informational purposes only and serves as a market research tool. Interested parties who believe they can provide these supplies must clearly demonstrate their ability to meet all aspects of the requirement. Information received will be considered solely for the purpose of determining whether a competitive procurement should be conducted in the future. A determination by the Government not to compete this proposed acquisition based on responses to this notice is solely within the discretion of the Government. Authority and Classification: The statutory authority permitting other than full and open competition for this acquisition is 10 United States Code (USC) 2304(c)(1), as implemented by FAR 13.106-1(b)(1)(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. This authority is supported by an approved Single Source Justification. It is the Government's intent to proceed with this single-source action. The applicable NAICS code is 339999 (All Other Miscellaneous Manufacturing). The size standard as defined by the U.S. Small Business Administration is 550 employees. Response Instructions: All responses received within four (4) calendar days after the date of publication of this notice will be considered by the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these items. Verbal responses are not acceptable and will not be considered. Responses and questions shall be submitted via email to: suzanna.kussman@us.af.mil and joshua.vasquez.5@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/74f3377d6b654a09bcb542ed5772c389/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07605913-F 20250928/250926230044 (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 |