SPECIAL NOTICE
58 -- Notice of Contract Action� 135� LED Display, External Camera/Mic, & Install � Avi Systems Inc. (Forte)
- Notice Date
- 9/27/2025 1:50:57 PM
- Notice Type
- Special Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- 09272025
- Response Due
- 9/29/2025 12:00:00 PM
- 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� 135� LED ALL-IN-ONE DISPLAY & INSTALL � Avi Systems Inc. (Forte) The United States Air Force Test Center/Directorate of Contracting (AFTC/PZIOB) Edwards AFB, CA, intends to award a single source contract to: Avi Systems Inc. (d.b.a. Forte) for the purchase and installation of a 135� LED All-In-One Display and supplemental materials. *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 a small business, Forte, who were 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, it was determined in the best interest of the Government to proceed with a single source, Avi Systems Inc. The 812th CEX requires a 135"" LED Wall Display and Installation in order to display all Command and Control visual information on one large display, which will allow for multiple inputs to create a Common Operating Picture for the team. This acquisition will be necessary to support the alternate EOC functionality for the 812th CEX. Forte was determined to be the viable source capable of meeting the minimum salient characteristics for this effort of: Quality display with at minimum a 1920 X 1080 resolution 135"" diagonal display Minimum 6000:1 contrast ratio Internal storage of 32GB minimum 1.55/56-pixel pitch Android operating system External Camera system External wireless microphone Installation included. Both the Mission Partner and Contracting teams performed market research to identify sources who could meet the specifications provided, but technical reviews of alternate LED Display offerings beyond what Forte offered proved to be unacceptable due to diminished quality, lack of features such as external microphones, external cameras, controllers, supplemental items, and the inclusion of installation. Without the additional advantages offered by Forte, the team will be required to make additional purchases for these supplemental items in order to gain the desired capabilities that will support the operations and functionality of the Emergency Operations Center. Additionally, the time constraints associated to this requirement also lead the determination to proceed with a single source due to utiliziation of expiring funds. The Multi-Functional Team contacted sources, performed independent research, and utilized resources such as the Small Business Search to ensure due diligence was performed prior to proceeding with a single source determination. The Government does not perceive any alternatives which outweigh the Forte 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 135� LED Wall Display, supplemental feautures, and installation. Therefore, this solution represents the most advantageous use of taxpayer dollars. 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 (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). 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 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing). The size standard as defined by the U.S. Small Business Administration is 1,250 employees. Response Instructions: All responses received within three (3) 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/ae37ecf8a92a47159629f436993525e5/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07606465-F 20250929/250927230034 (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 |