SYNOPSIS OF CONTRACT ACTION (SOCA)
PART: U.S. GOVERNMENT PROCUREMENTS
AFTC/PZZD Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524
SUBJECT: Local intercommunication system for aircraft use
This is a (SOCA); this is not a solicitation for a Request for Proposal, Invitation to Bid, or a commitment, implied or otherwise, that AFTC/PZZF will take procurement action in the matter. No reimbursement will be made for any costs associated with providing information in response to this SOCA or any follow-up information requests. The purpose of this SOCA is to notify industry of the USAF’s intent of contract action and possibly gain knowledge of other potentially qualified sources and their size classifications (small business, large business, etc.) please do not request a copy of solicitation, as one does not exist.
The AFTC Contracting Directorate (AFTC/PZZF), Edwards AFB intends to issue a sole source, Firm-Fixed Price Contract under the authority of 10 United States Code (USC) 2302(b), as implemented by FAR 13.106-1(b)(1)(i) and DAFFARS 5313.501 to The Canyon Aeroconnect, 6400 Wilkinson DR Prescott, Arizona 86301-6164 The applicable NAICS is 334511 with a size standard of 1,350 Employees dollars.
The requirement is for the Delivery, calibration and Configuration of:
Canyon Aeroconnect Crimp Install Kit, qty 4, Part#: D37SV-IKC
Canyon Aeroconnect Local ICS Loop, 8 Place, Hi Z, qty 4, Part#: AA38-602.
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. 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 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) 2:00 P.M., Pacific Standard Time, 10 April 2025. Responses should be submitted to: Contract Specialist Josiah Broadway (AFTC/PZZF) E-mail: josiah.broadway@us.af.mil and Contracting Officer Wendell Brown at wendell.brown.2@us.af.mil.