Anticipated Sole Source Award to Compunetix, Inc.
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.
This is a synopsis of contract action (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 Compunetix, Inc., 2420 Mosside Blvd., Monroeville, Pennsylvania 15146-4236.
The applicable NAICS is 334290; Other Communications Equipment Manufacturing, with a size standard of 800 employees.
The following is a brief description of the acquisition requirements:
Qty10, Part #20-MVP-GTXPC-SWLC, MVP CGTX VolP Instrument Software Seat-base MVP system running v.18.02 or later is required. Networked computer is not included.
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.
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, Department of the Air Force Federal Acquisition Regulation (DAFFARS) 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.
Responses must be received no later than (NLT) 3:00 pm., Pacific Daylight Time, 15 January 2026. Responses should be submitted via email to: Contracting Specialist Kimberly Jaime (AFTC/PZZF), E-mail: kimberly.jaime@us.af.mil or Contracting Officer Christina Day (AFTC/PZZF), Email: christina.day.6@us.af.mil.