SPECIAL NOTICE
58 -- SOCA - LABSAT SATALITE SYSTEMS AND PARTS
- Notice Date
- 9/4/2025 9:30:40 AM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AZ5178A001
- Response Due
- 9/8/2025 11:59:00 PM
- Archive Date
- 09/23/2025
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Notice Type: Synopsis of Contract Action � Transformer Disposal � Sole Source Award to RACELOGIC USA CORP Justification, Statutory Authority: FAR 13.106-1(b)(1)(i) For a proposed contract not exceeding the Simplified Acquisition Threshold (SAT), the contracting officer�s certification that the justification is accurate and complete to the best of the contracting officer�s knowledge and belief will serve as approval, unless a higher approval level is established in accordance with agency procedures. Contract Award Date: TBD Contract Award Number: FA930225P0112 Synopsis: This is a Sole Source synopsis published for informational purposes only. The United States Air Force Test Center/Directorate of Contracting (AFTC/PZZF), Edwards AFB, CA intends to issue a sole source contract to RACELOGIC USA CORP located at 40000 Grand River Ave. suite 100, Novi, Michigan 48375-2133 to supply and install additional satellite signal simulators with hardware, an equipment rack, power conditioning, and network appliance at Edwards AFB, CA. The contract will be executed by means of other than full and open competition, due to RACELOGIC USA CORP being the sole capable source. In accordance with FAR 5.207(c)(15): The Intended source is Racelogic USA (sole authorized distributor of LabSat). The lack of competition is attributed to Brand-specific interoperability with existing LabSat 4 is essential; alternatives do not meet portability/interoperability needs without unacceptable cost and risk The requirement is essentially interchangeable and interoperable with the Government�s existing LabSat 4 environment already fielded at the activity. Pairing a Racelogic LabSat 4 with the current LabSat 4 system ensures: (1) seamless data/format compatibility and record-and-replay continuity; (2) reuse of existing scenarios, scripts, and interfaces; (3) common operator workflow and training; and (4) avoidance of integration, validation, and retraining costs and schedule risk. These manufacturer-specific capabilities are essential to mission needs and cannot be matched without unacceptable risk or additional cost/schedule impact. Accordingly, restricting to the LabSat 4 brand is justified under FAR 11.105. Racelogic USA is the sole authorized distributor of LabSat products in North America and a wholly-owned subsidiary of Racelogic Ltd (UK), the OEM. Therefore, for the brand-name item that is essential to mission needs, only one responsible source is reasonably available in the U.S. market, satisfying 13.106-1(b)(1)(i). The contract awarded from this requirement will be firm-fixed price. 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: ? 1st Lt Austen Siegler, Contracting Officer, austen.siegler.1@us.af.mil@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/PZZF, 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/5495cb60fb5f4ce8b1fa5054d78fabd5/view)
- Place of Performance
- Address: Edwards, CA, USA
- Country: USA
- Country: USA
- Record
- SN07577874-F 20250906/250904230041 (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 |