Notice of Intent to Award from a Single Source

SOL #: W50S7826KR02Special NoticeSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W7N2 USPFO ACTIVITY TXANG 149
LACKLAND AFB, TX, 78236-0123, United States

Place of Performance

JBSA Lackland, TX

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

No PSC code specified

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 1, 2025
2
Action Date
Dec 5, 2025, 9:00 PM

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.

IAW FAR 13.106-1(b)(1)(i) The 149th Fighter Wing, Contracting office Lackland AFB, intends to award a firm fixed price contract to Texas Management Associates (TMA, Cage: ORLV7) to repair/overhaul F-16 Radar Absorption Panels. This acquisition is not expected to exceed the simplified acquisition threshold, therefore this shall be total small business set-aside. Currently, there is only one small business vendor authorized to repair/overhaul F-16 Radar Absorption Panel, transitioning this requirement as a single source procurement.

Repair/overhaul of the F-16 Radar Absorption Panels as part of the Air Force Repair Enhancement Program (AFREP) per Air Force Instruction 21-123 must be accomplished with materials and procedures IAW Lockheed Martin part drawings and T.O. 1F016C-3-3 53-21-01.

At present, Texas Management Associates (TMA, Cage: ORLV7), a small business and Aerospace and Commercial Technologies (ACT cage 1XKR3), a large business, are the only vendors approved by the United States Air Force, F-16 System Program Office authorized to repair/overhaul F-16 Radar Absorption Panels.

The North American Industry Classification System (NAICS) for this requirement is 336413 and the size standard is 1,250 employees.

THIS IS NOT A REQUEST FOR PROPOSALS. No solicitation document is available for this requirement.  The U.S. government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party.

People

Points of Contact

Kimberly RodriguezPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Special Notice
Posted: Dec 1, 2025
Notice of Intent to Award from a Single Source | GovScope