PART: U.S. GOVERNMENT PROCUREMENTS
AFTC/PZIEA Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524
SUBJECT: ViaSat Training Classes
REF NO.: FA9302-17-P-P014
This is a synopsis of contract action (SOCA); this is not a solicitation for proposals. 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 USAFs 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.
Synopsis of Contract Action: The AFTC Contracting Directorate (AFTC/PZIEA), Edwards AFB intends to issue a sole source, Firm-Fixed Price Contract under Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items IAW FAC 2005-95 (13 January 2017); FAR Part 13 Simplified Acquisition Procedures IAW FAC 2005-95 (13 January 2017); FAR part 6.302 Circumstances Permitting Other Than Full and Open Competition IAW FAC 2005-95 (13 January 2017) to VIASAT INC, 6155 El Camino Real, Carlsbad, CA 92009-1602. The applicable NAICS is 611420. Small Business size standard is: $11,000,000.
The following is a brief description of the acquisition requirements:
CLIN 0001: (1 EA) ARMS Link 16 Network Management Course 206, 6 Students, VSAT-206
CLIN 0002: (6 EA) LEGS Familiarization Course 102, 1 Student, VSAT-102
CLIN 0003: (1 EA) TOES Training, 6 Students, VSAT-207
This synopsis is published for informational purposes only. ViaSat is the manufacturer and provider of the ARMS, LEGS, and TOES Software for EAFB. These classes are structured specifically for the direct application of these systems. Award to any other source would be unacceptable since ViaSat owns the
Intellectual property and rights to train on their software platforms. This training requirement has not been identified as being available from any other source at this time. Award to any other vendor would result in a substantial duplication of cost that is not expected to be recovered through full and open competition.
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. Responses must be received no later than (NLT) 3:00 p.m., Pacific Time, August 21, 2017. Responses should be submitted to: Contract Specialist James Helmick (AFTC/PZIEA), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524. The contractual point of contact is Contracting Specialist, James Helmick, (661) 277-8317, E-mail: [email protected] or Contracting Officer, Jacob C. Arola, (661) 277-8777, Email: [email protected]. Telephone requests to be placed on a mailing list will not be honored. Facsimile responses are acceptable and must be received on or before the closing date.