Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2025 SAM #8668
MODIFICATION

70 -- Aircrew Performance Tracker (Notice of Intent)

Notice Date
8/18/2025 11:11:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
FA4800 633 CONS PKP LANGLEY AFB VA 23665 USA
 
ZIP Code
23665
 
Solicitation Number
FA480025QA121
 
Response Due
8/21/2025 2:00:00 PM
 
Archive Date
09/05/2025
 
Point of Contact
Kelly Voigts, Phone: 7572253150, Margaret Young, Phone: 757225668
 
E-Mail Address
kelly.voigts.3@us.af.mil, margaret.young.6@us.af.mil
(kelly.voigts.3@us.af.mil, margaret.young.6@us.af.mil)
 
Description
Notice of Intent to Award Sole Source: The United States Air Force's 633rd Contracting Squadron, part of Air Combat Command, intends to issue a purchase order for the brand name WHOOP 5.0 model to procure 372 Aircrew Performance Trackers. This acquisition will be conducted as a non-competitive contract under FAR 6.302-1, which permits sole-source procurement when no other supplies or services can meet the agency�s needs. The 633rd Contracting Squadron, located at 14 Burrell St, Bldg. 67, Langley AFB, VA 23665, will award this sole-source contract to support the 1st Fighter Wing. The procurement is critical to the 1st Fighter Wing�s mission, as WHOOP 5.0 is the only technically acceptable model with no available direct replacements. Our search for alternative or similar performance tracker systems identified only one viable source: WHOOP. This company ensures each tracker has a minimum battery life of 10 days, is OPSEC compliant (lacking Wi-Fi, GPS, and radio signals), and can operate within Department of Defense (DoD) secure vault facilities. This announcement serves as a combined synopsis/solicitation for commercial items, prepared in accordance with FAR Part 13 and using Simplified Acquisition Procedures. It is the sole solicitation; no additional written solicitation will be issued. This synopsis complies with FAR Part 5.203(a)(2) and follows the procedures outlined in FAR 12.603 for combined synopsis and solicitation. The applicable North American Industry Classification System (NAICS) code is 541519, with a size standard of $34,000,000.00. Further details are provided in the attached Statement of Work and Brand Name Justification. This notice of intent is not a request for competitive quotes. However, interested parties who believe they can meet this requirement are encouraged to submit a capability statement to Kelly Voigts via email at kelly.voigts.3@us.af.mil by 5:00 PM Eastern Time on August 21, 2025. The award will be given through other than full and open competition, as only one responsible source can fulfill the agency�s needs. Although this is a NOTICE OF INTENT, no solicitation is currently available. If a firm believes the Air Force should reconsider proceeding with this purchase order, they may submit a capability statement within 3 days of this posting. The statement should include an overview of relevant services and past performance related to similar products. Please submit responses promptly, as late submissions will not be considered. The government�s decision regarding whether to pursue a competitive procurement will be based solely on the responses received. Any information provided will be used primarily to evaluate the potential for future competition. For questions about this notice, contact Kelly Voigts via email at kelly.voigts.3@us.af.mil. Note: Late responses will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6afe1a29d4d34f4d97fb824841721eab/view)
 
Place of Performance
Address: 0, VA, USA
Country: USA
 
Record
SN07554527-F 20250820/250818230043 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.