SPECIAL NOTICE
99 -- Notice of Intent to Award Sole Source - Primary Crash Alarm System
- Notice Date
- 8/6/2025 1:52:34 PM
- Notice Type
- Special Notice
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930125C0008
- Response Due
- 8/11/2025 12:00:00 AM
- Archive Date
- 08/26/2025
- Point of Contact
- Richard Godoy, Stacey Stuart
- E-Mail Address
-
richard.godoy@us.af.mil, stacey.stuart@us.af.mil
(richard.godoy@us.af.mil, stacey.stuart@us.af.mil)
- Description
- Notice of Intent to Award a Sole Source Contract The Air Force Test Center Operational Contracting Squadron (AFTC/PZIOB), Edwards AFB, CA, intends to award a sole source contract to: KOVA Corp. 102 E Bay Ave, Ste J Manahawkin, New Jersey 08050 for a Primary Crash Alarm System (PCAS). Scope of Work: KOVA Corp. will provide the following services for the PCAS: Upgrade Enhancement Annual System Certification Testing Customer Support and Extended Warranty Quarterly Review and Update of Cybersecurity Patches for both the system server and KOVA application. Unlimited 24/7 Access to KOVACARE Support Staff via email and phone Software Updates, OS Patching (if required), and System Health Checks. System Changes, Software Reconfiguration, and Modifications to System Process when required (limitations apply). The anticipated contract will be a Firm Fixed Price (FFP) contract with options. Justification for Sole Source: USAF Plant 42 (AFP 42) requires expansion and maintenance of its existing Primary Crash Alarm System (PCAS) to maintain compliance with Air Force Instruction AFMAN13-204V2 and FAA Advisory Circular AC 150/5210-7D. This critical emergency response communication capability supports flight and ground operations, particularly those involving prototype and flight test aircraft. AFP 42 proposes expanding its existing KEANS solution to meet evolving emergency first responder requirements. KOVA Corp. is the sole provider capable of performing the required enhancements, testing, and maintenance services for the existing KEANS PCAS due to their proprietary technology and system-specific expertise. KOVA's pre-existing engineering expertise with the AFP 42-specific solution, local infrastructure, and operational capabilities offer the most cost-effective approach for this expansion, leveraging the government's prior investment. Furthermore, KOVA Corp. does not sell its system equipment or source code to other vendors, thereby precluding third-party maintenance or upgrades. Market Research: This notice serves as a market research tool. Interested parties who believe they can provide these services must clearly demonstrate their ability to meet all aspects of the requirement, specifically addressing: Integration with the existing proprietary KOVA Corp system. Ability to attain necessary parts and system knowledge without disrupting current operations or requiring substantial overhauls. 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). This authority is supported by an approved Single Source Justification/Justification and Approval. It is the Government's intent to proceed with this sole-source action. The applicable NAICS code is 334290 (Telephone Apparatus Manufacturing). The size standard as defined by the U.S. Small Business Administration is 800 employees. Response Instructions: THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. No solicitation package will be issued. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. All responses received within five (5) calendar days after the date of publication of this notice will be considered by the Government. All information submitted should support the offeror's capability to provide the items required and shall be furnished at no cost or obligation to 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: Stacey.stuart@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2e3d0daf828d4a5f94db4fecf0370867/view)
- Place of Performance
- Address: Palmdale, CA 93550, USA
- Zip Code: 93550
- Country: USA
- Zip Code: 93550
- Record
- SN07538302-F 20250808/250806230046 (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 |