SPECIAL NOTICE
R -- Synopsis of Contract Action � ATIC Engineer Services BPA � Intent to Sole Source Award to Double D Automation LLC.
- Notice Date
- 6/20/2025 9:37:48 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Response Due
- 6/26/2025 10:00:00 AM
- Archive Date
- 07/11/2025
- Point of Contact
- JAMIL MINOSA, Jenna Jacobson, Phone: 6612779558
- E-Mail Address
-
jamil.minosa.2@us.af.mil, jenna.jacobson@us.af.mil
(jamil.minosa.2@us.af.mil, jenna.jacobson@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Notice Type: Synopsis of Contract Action � ATIC Engineer Services BPA � Sole Source Award to Double D Automation LLC. Justification, Statutory Authority: FAR 13.106-1(b)(2)(a) � Soliciting Competition; (b)Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold. (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, and brand-name or industrial mobilization). The authority permitting the use of noncompetitive procedures is 41 U.S.C. 3304 (a)(1). 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/PZZG), Edwards AFB, CA intends to issue a sole source contract to Double D Automation LLC located at 4126 Pearl ST, Lake Elsinore, CA 92530 to provide engineering services for existing and proprietary operating control parameters being used by the Avionics Test and Integration Complex (ATIC) at Edwards AFB, CA. The contract will be executed by means of other than full and open competition, due to Double D Automation Services LLC being the designer of the software supporting the Benefield Anechoic Chamber�s aircraft test support equipment. In order to comply with FAR 5.207(c)(15), the reason for lack of competition is as follows: The government made efforts to locate potential vendors who could provide support services, and other vendors could eventually rewrite the software, create new standards and manage the future technology requirements of the facility(s), but this would be a major step backwards for the test program and would be something that would have a negative impact on cost, coming in at least double the current costs, would delay the timelines, and be a tremendous burden on the staff technically since the system would need to be re-learned. 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: Jenna Jacobson, Contracting Officer, Email: jenna.jacobson@us.af.mil Jamil Minosa, Contracting Officer, Email: jamil.minosa.2@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/PZZG, 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/opp/c8eb1719eaf74c3b9fdb50cd40d431e4/view)
- Place of Performance
- Address: CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07483876-F 20250622/250620230039 (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 |