SPECIAL NOTICE
70 -- Sole Source Award to Curtiss � Wright DS, Inc.
- Notice Date
- 9/23/2025 11:28:24 AM
- Notice Type
- Special Notice
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930225P1234
- Response Due
- 9/24/2025 11:30:00 AM
- Archive Date
- 09/25/2025
- Point of Contact
- Abel Alcantar, Falilou T. Diouck
- E-Mail Address
-
abel.alcantar.1@us.af.mil, falilou.diouck@us.af.mil
(abel.alcantar.1@us.af.mil, falilou.diouck@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Notice Type: Synopsis of Contract Action � Organization Licenses Prototype � Sole Source Award to Curtiss � Wright DS, Inc. Justification, Statutory Authority: FAR 13.106-1(b)(1)(i) � 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 Curtiss � Wright DS, Inc. located at 20130 Lakeview Center PLZ STE 200 Ashburn, Virginia 20147-5905 to supply high performance graphic cards and computer systems at Edwards AFB, CA. The contract will be executed by means of other than full and open competition, due to Curtiss � Wright DS, Inc being the only capable vendor to execute requirement. In order to comply with FAR 5.207(c)(15), the reason for lack of competition is as follows: Curtiss-Wright is the sole source for the VPX3-1262 and VPX3-484 product lines and associated Linux BSPs. These cards are unique, SOSA-aligned, and already vetted for DoD aircraft use. No other vendor can provide form/fit/function compatible hardware or factory-supported board support packages for these specific VPX modules. Contractor stated they do not have any authorized resellers for the required items. Market research (AFRL/GTRI survey) identified multiple potential vendors for other FOX components, but only Curtiss-Wright manufactures these boards. Attempting to substitute non-Curtiss-Wright VPX SBCs or DSP engines would require significant re-engineering of the FOX BOX chassis and software environment, causing unacceptable schedule delays (The Project FoX Box has been in place for 3 years already and it's ongoing) and substantial duplication of cost to the Government that is not expected to be recovered through competition (The Government has already spent $120K for demonstration during the initial phase if the OTA and approximately $500K using the BPAs FA228024A0001 and FA228024A0001 established to procure these items. Project FoX BoX was transferred to AFTC/PZZG late this Fiscal Year (2025) and was started by the Air Force Laboratory Innovation (AFWREX) in 2023. 8 Other Transaction Authority (OTA's) were awarded and the Government awarded $15K to each OTA for demonstration. The 461 FTS and 370 FLTS are currently using using the items to be acquired to meet the following goals which are ongoing 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: ? Mr. Falilou �Sam� Diouck, Contracting Officer, falilou.diouck@us.af.mil ? Mr. Abel Alcantar, Contracting Officer, Email: abel.alcantar.1@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/workspace/contract/opp/ec6d6ce3c94f419aa8b8fb400beead8b/view)
- Place of Performance
- Address: E, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07600895-F 20250925/250923230041 (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 |