SOLICITATION NOTICE
66 -- Notice of Intent - Manikin Replacement Parts
- Notice Date
- 3/13/2026 12:37:24 PM
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FA9101 AEDC PKP PROCRMNT BR ARNOLD AFB TN 37389-1332 USA
- ZIP Code
- 37389-1332
- Solicitation Number
- FA910126QB023
- Response Due
- 3/19/2026 12:00:00 PM
- Archive Date
- 04/03/2026
- Point of Contact
- Virginia Jones, Tyler Payne
- E-Mail Address
-
virginia.jones.6@us.af.mil, tyler.payne.9@us.af.mil
(virginia.jones.6@us.af.mil, tyler.payne.9@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The Air Force Test Center (AFTC) at Holloman AFB, NM, announces its intent to award a sole-source, firm-fixed-price purchase order to Humanetics Innovative Solutions, Inc. (CAGE: 0TUR1) for a proprietary kit of Original Equipment Manufacturer (OEM) replacement parts. The parts are for the repair and sustainment of two government-owned, mission-essential Anthropomorphic Test Devices (ATDs), models LOIS-9 and LARD-23. These assets are currently unserviceable and the parts are required to return them to a mission-capable state in support of the 846th Test Squadron's critical aircraft egress system testing mission. The statutory authority permitting other than full and open competition is 10 U.S.C. 3204(a)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" This acquisition is being conducted using commercial product procedures under FAR Part 12. The justification for this sole-source award is as follows: Humanetics Innovative Solutions, Inc. is the OEM and the only source capable of providing the required parts. The Government does not own the proprietary technical data package (TDP), drawings, or manufacturing specifications for these systems. The required parts are not generic hardware; they are integral, certified components. The use of parts from any other manufacturer would invalidate the ATD's airworthiness certification, compromise the integrity and validity of future test data, and create unacceptable safety risks. A formal letter from the OEM has confirmed they are the sole designer, manufacturer, and seller of these components and do not use any authorized resellers. This notice of intent is not a request for competitive proposals, and no solicitation document is available. However, all responsible sources may submit a capability statement, which shall be considered by the agency. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Interested parties who believe they have the capability to provide these specific, proprietary parts must submit a capability statement to the points of contact below no later than March 19, 2026 at 2:00 PM Central Time. The capability statement must provide clear and convincing evidence that the vendor has the necessary rights, data, and ability to manufacture parts that are fully interchangeable and can meet the government's certification requirements without a full system recertification effort. Primary Point of Contact: Virginia L. Jones, Contract Specialist virginia.jones.6@us.af.mil Secondary Point of Contact: Tyler S. Payne, Contracting Officer tyler.payne.9@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/11d66a404f8e42698e073e9e5f136667/view)
- Place of Performance
- Address: Arnold AFB, TN 37389, USA
- Zip Code: 37389
- Country: USA
- Zip Code: 37389
- Record
- SN07744943-F 20260315/260313230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |