F-15EX Depot Activation MITR-DVR Justification and Approval (J&A) for Other Than Full and Open Competition - Redacted

SOL #: FA863426RB009-4JustificationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8634 AFLCMC WAQK F15
WRIGHT PATTERSON AFB, OH, 45433-7424, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft, Fixed Wing (1510)

Set Aside

No set aside specified

Timeline

1
Posted
May 12, 2026

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 Department of the Air Force has published a Justification for Other Than Full and Open Competition (J&A) for the F-15EX Depot Activation Modular Instrumentation Traffic Analysis Point Recorder (MITR) Digital Video Recorder (DVR). This J&A supports a sole-source Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Telspan Data LLC, the Original Equipment Manufacturer (OEM), to establish an organic, self-sufficient maintenance and repair capability for the MITR-DVR at an Air Logistics Complex (ALC).

Scope of Work

The initiative aims to establish a government-owned organic depot-level repair capability for the F-15EX MITR-DVR. Key actions include:

  • Procurement of essential parts and associated Depot Activation (DA) actions.
  • Establishment of organic repair capabilities, encompassing hardware, software, testing, technical publications, training, and support equipment.
  • Acquisition of Specialized Test Equipment (STE), Test Program Sets (TPS), and Interface Test Adapters (ITAs).
  • Negotiation of licenses for proprietary technical data required for MITR-DVR repair.

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ).
  • Period of Performance: A three-year base ordering period with an additional one-year option.
  • Estimated Value: The total ceiling is set at an unspecified amount (redacted in the document).
  • Product Service Code: 1510 (Aircraft, Fixed Wing).

Eligibility / Set-Aside

This action is justified under FAR 6.302-1, citing only one responsible source. Telspan Data LLC is identified as the sole OEM possessing the necessary technical expertise, proprietary data, source code, and equipment required to meet agency requirements. Therefore, no set-aside applies to this sole-source award.

Evaluation

As this is a justification for a sole-source award, not a solicitation for proposals, evaluation criteria are not applicable.

Additional Notes

Market research, including Requests for Information (RFIs), confirmed the absence of other viable sources due to proprietary restrictions and integration complexity. The government intends to acquire necessary data rights to enable future competition and establish a government-owned organic repair line as an alternative to the OEM for future sustainment needs.

People

Points of Contact

Laura HarrPRIMARY
Eric MonroeSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Justification
Posted: May 12, 2026