Notice of Intent to Sole Source
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, on behalf of the F-35 Joint Program Office (JPO) and 521 Software Squadron (521SWES), has published a Notice of Intent to Award a Sole-Source Contract to Xtreme Engineering Solutions Inc. (X-ES) for specialized chassis. This action is being taken under a Total Small Business Set-Aside, though the intent is to procure exclusively from X-ES. Capability statements from interested parties are due by April 21, 2026.
Purpose & Scope
This notice outlines the intent to acquire specific hardware:
- XPand1203 Chassis (PN: 90072665-2), 3U, VPX, Dev Platform for Conduction-cooled Modules, Pass through Backplane, w/RT3 (QTY: 1)
- XPand1007 Chassis (PN: 90075300-4), 3U, VPX, 2 slot Conduction Cooled, Pass Through Backplane, RT3, XPm1520 (QTY: 4)
These chassis are required for card imaging to develop and test operational functions for the F-35 JPO. The place of performance is Hill Air Force Base, UT.
Justification for Sole Source
The statutory authority for this sole-source action is FAR 13.106-1(b)(1), applicable for purchases not exceeding the simplified acquisition threshold where only one source is reasonably available. X-ES is the Original Equipment Manufacturer (OEM) of the required chassis and does not have authorized resellers. The Government does not possess the necessary technical data package or intellectual property rights to enable manufacturing by any other source. Introducing a new source would necessitate significant time and investment for reverse-engineering, testing, and source approval, leading to unacceptable delays for the program. The justification also highlights specific technical requirements (SOSA aligned backplane, Vita 61 support, 3U VPX size, conduction cooling, wafer access, standard cables, and suitability as development chassis) and the advantage of standardization with existing X-ES hardware.
Contract & Timeline
- Type: Notice of Intent to Sole Source (Special Notice) for a Firm-Fixed-Price contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Due: April 21, 2026, by 3:00 PM MT.
- Published: April 7, 2026.
- Estimated Award: No later than May 7, 2026.
- Delivery: 60 Days After Receipt of Order (ARO).
Submission Requirements
All responsible sources may identify their interest and submit a capability statement. Responses must demonstrate the capability to provide the exact part numbers listed. The Government retains discretion not to compete, and award will not be delayed for new source evaluation.
Contact Information
- Primary: Kathryn McKay (kathryn.mckay@us.af.mil, 801-777-3533)
- Secondary: Austin Hurst (austin.hurst.2@us.af.mil)