Justification of Sole Source - Dover AFB - 436 MXS Isochronal Stand Maintenance
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 Department of the Air Force has published a Justification for Other Than Full and Open Competition (JOFOC) for the sole source acquisition of Isochronal Stand Maintenance Services at Dover Air Force Base, DE. This justification supports the continued, mission-critical maintenance of the C-5 Galaxy Isochronal Stand System. The JOFOC identifies Federal Integration Team (FIT), Inc. as the only responsible source.
Purpose & Overview
This document justifies the award of a sole source contract for preventative, unscheduled, and emergency maintenance services essential for the 24/7 operability of the C-5 Galaxy Isochronal (Iso) Stand System at Dover AFB. The services fall under Product Service Code J017 (Maintenance, Repair And Rebuilding Of Equipment: Aircraft Launching, Landing, And Ground Handling Equipment).
Authority Cited
The justification is made under the authority of FAR 6.302-1 (Only One Responsible Source) and FAR 6.302-5 (Authorized or Required by Statute).
Contractor Justification
Federal Integration Team (FIT), Inc. is identified as the sole responsible source due to their extensive experience and unique qualifications. FIT, Inc. has directly performed maintenance operations on the Isochronal Stand as both a subcontractor and prime contractor for Dover AFB since FY18 and Westover ARB since FY21. The specialized nature of the equipment, limited availability of parts, and FIT's established connections and specialists make them uniquely qualified.
Acquisition History & Rationale
The acquisition history includes an initial 8(a) BD contract, followed by an emergency sole source to FIT, Inc. after termination for convenience. A subsequent 8(a) sole source contract to another vendor revealed a 20% premium and potential "Limitations on Subcontracting" issues. An agreement was reached to release the requirement from the 8(a) BD program, with an intent to set it aside for WOSB, SDVOSB, or HUBZone. FIT, Inc. was identified as the only eligible SDVOSB. Previous market research also supported FIT, Inc. as the responsible source based on price.
Cost Savings
Removing the requirement from the 8(a) BD program is projected to eliminate a 20% premium, resulting in an estimated cost savings of approximately $700,000.
Market Research Efforts
A sources sought notice was posted on December 4, 2025, which garnered responses from three interested vendors. However, only FIT, Inc. provided the requested capability statement. A search of the AbilityOne Procurement List did not yield any suitable vendors for aircraft maintenance.
Future Competition Considerations
For future acquisitions of these services, the agency plans to consider removing socioeconomic program requirements to potentially broaden the competitive landscape.
Contact Information
For inquiries, contact 2d Lt Travis Ambrose at travis.ambrose.1@us.af.mil or 302-677-5033.