Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2025 SAM #8671
AWARD

99 -- Notice of Contract Award - Primary Crash Alarm System (PACS)

Notice Date
8/21/2025 1:05:40 PM
 
Notice Type
Award Notice
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930125C0008
 
Archive Date
09/04/2025
 
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)
 
Award Number
FA930125C0008
 
Award Date
08/20/2025
 
Awardee
KOVA CORP. Manahawkin NJ 08050 USA
 
Award Amount
147284.05
 
Description
Notice of Contract Award�ATCT Primary Crash Alarm System (PCAS) The United States Air Force Test Center/Directorate of Contracting (AFTC/PZIOB) Edwards AFB, CA, issued a contract to: Kova Corp. for PCAS Support and Maintenance Services *NOTICE* This is a courtesy notice of contract award 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 5-year option contract with Kova Corp., determined through market research to be a viable sole source capable of meeting the minimum Government agency specifications. Additionally, IAW FAR 10.002, additional research methods deployed by the Program Manager in an attempt to obtain competition included industry knowledge of compatibility with enhancing PCAS Kova Emergency Alert Notification System (KEANS), review of previous procurement actions, and analysis of specialized telecommunications equipment market. Kova Corp. remained the sole capable source identified in the limited market for this specialized equipment following the various research methods utilized. 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). Special Requirements: 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. The Government does not perceive any alternatives which outweigh the Kova Corp. 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 unique Primary Crash Alarm System as the most cost-effective option for the taxpayer. 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. Market Research: This is a Sole Source synopsis published for informational purposes only and 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. 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. 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 CONTRACT AWARD 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 seven (7) 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: stacey.stuart@us.af.mil and richard.godoy@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/241bc001107c411f97362ce06a266d5e/view)
 
Place of Performance
Address: Palmdale, CA 93550, USA
Zip Code: 93550
Country: USA
 
Record
SN07560145-F 20250823/250821230047 (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.