69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando intends to award a sole source modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3). This action is for the F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Storage Area Network (SAN) Configuration Upgrade and Relocation. This is not a request for competitive proposals.
Scope of Work
The procurement includes:
- F/A-18C/D SAN Configuration Upgrade and Relocation for Tactical Operational Flight Trainers (TOFTs), Device 2F193 (Serial Numbers 25/26/27).
- Relocation from NAS Lemoore, CA to three separate locations: Marine Corps Air Station (MCAS) Iwakuni, Japan; Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA; and L-3 Facility Arlington, TX.
- Removal and delivery of existing Brief/Debrief Station (BDS) from NAS Lemoore to MCAS Iwakuni.
Contract & Timeline
- Type: Sole Source Intent (Modification to a delivery order under BOA N61340-12-G-0001)
- Contractor: L-3 Communications Corporation, Link Simulation and Training Division
- Set-Aside: Not Applicable (Sole Source)
- Published: October 1, 2015
Justification
This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. (c)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, citing "Only one responsible source and no other supplies or services will satisfy agency requirements." Award to any other contractor would result in substantial duplication of costs to the Government that would not be recovered through competition and would create unacceptable delays in fulfilling F/A-18 mission training requirements.
Additional Notes
This notice of intent is neither a request for competitive proposals nor a solicitation of offers. No solicitation documents are available. Inquiries may be directed to Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.