Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2025 SAM #8689
SPECIAL NOTICE

U -- Notice of Intent to Sole Source (NOCA) Multi-Mission Variable Stability Aircraft (VSA) and Support (LJ25)

Notice Date
9/8/2025 7:59:39 AM
 
Notice Type
Special Notice
 
NAICS
611512 — Flight Training
 
Contracting Office
FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Response Due
9/13/2025 2:00:00 PM
 
Archive Date
09/28/2025
 
Point of Contact
Jenny L. Meadlin, Carlos A. Barrera, Phone: 6612752442
 
E-Mail Address
jenny.meadlin@us.af.mil, carlos.barrera.8@us.af.mil
(jenny.meadlin@us.af.mil, carlos.barrera.8@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The Air Force Test Center (AFTC), Edwards AFB intends to solicit and award a sole source, Firm-Fixed Price (FFP) Contract to Calspan LLC, 4455 Genesee Street, Buffalo, New York, 14225-1955. IAW 5.203(a)(1), the anticipated award date is on or before October 1, 2025. The applicable NAICS is 611512 with a size standard of $34,000,000 dollars. The Government intends to negotiate with only one source under the authority of 10 United States Code (USC) 2302(b), as implemented by FAR 13.106-1(b)(1)(i) and AFFARS 5313.501. The following is a brief description of the acquisition requirements: The requirement is for Variable Stability Aircraft (VSA) aircraft maintenance support (anticipating approximately 250 flight hours per year, plus or minus 20%), aircraft operations support, curriculum support, logistical support, engineering support, program management/contractor management support, simulator, hot bench support, test management projects support, program support, configuration control and modifications support, quality and safety procedures support, on/off station support, and contractor-supplied qualified VSA pilot. If required, the flight hours for a TMP can be used from this 250 flight hours basis. The Contracting Officer Representative (COR) or the Project Manager (PM) will approve and track the use of hours for TMPs. Maintenance requirements of the VSA includes design and installation of temporary and permanent aircraft modifications, engineering support to include analysis, modification design and reviews; technical reporting, logistic support and the use of U.S. Government supplied items. The contractor shall provide on-site aircraft and equipment maintenance/support staff functions in performance of all routine maintenance and flight operations. These services include scheduled/unscheduled maintenance, phase inspections, administration of all aircraft contractor service and maintenance personnel, maintenance records, and maintenance engineering as necessary. The contractor shall perform airframe or systems modifications as required by the USAF TPS. The contractor shall perform aircraft preflight inspections, post flight inspections, ground handling, servicing, towing, lubricating, launch, recovery, nonscheduled inspections and scheduled inspections of the VSA airframe and systems excluding weapons, egress and fuel systems maintenance. The contractor shall perform on-equipment maintenance including the installation, adjustment, inspection, modification, troubleshooting, diagnosis, and repair of standard and nonstandard experimental avionics, electrical, pneumatic, and hydraulic systems. The contractor shall maintain aircraft and maintenance records pursuant to the contractor�s approved Quality Control Plan (QCP), and government directives as applicable Provide qualified test pilot(s) to support the USAF Test Pilot School curriculum requirements. Contractor test pilot expertise will support aircraft flying operations and fly the VSA as a safe and evaluation pilot. The Test Pilot will provide training for Test Pilot School students and staff. This may include classroom instruction and ground simulation training. 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 requirements. In addition, the response should include verification of the Offeror�s Representation and Certifications�Commercial Items in accordance to FAR 52.212-3. If the offer does not have a copy of this provision, go to http://www.sam.gov/ to load the required information. Any response received without completing this registration will be considered noncompliant. Further, the response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR part 12. All information furnished shall be in writing and must contain sufficient detail to allow the government representative to evaluate and determine if it can meet the requirement. Responses must be received no later than (NLT) 3:00 p.m., Pacific Date Time, 13 September 2025. Responses should be submitted to the Contracting Officer, Ms. Jenny L. Meadlin at jenny.meadlin@us.af.mil and the Contract Specialist, Mr. Carlos Barerra at carlos.barrera.8@us.af.mil. The contractual point of contact is Ms. Jenny L. Meadlin at jenny.meadlin@us.af.mil. Telephone requests to be placed on a mailing list will not be honored.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e023353574a443359851b152cea713ff/view)
 
Place of Performance
Address: CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07581367-F 20250910/250908230040 (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.