Intent to Sole Source - FY 25 Bombardier Subscription
ID: FA465925QZ035Type: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Defense, through the 319th Contracting Squadron at Grand Forks Air Force Base, intends to award a sole source contract to Bombardier, Inc. for the Bombardier Flight Deck 3 software, which is essential for the operation of electronic flight books at Robins AFB, GA. This procurement is necessary to maintain continuity and ensure pilot familiarity with the software, as it contains critical publications and data for E-11 aircraft operations, and Bombardier is the only provider with the required authorization and clearance. The contract will be executed under Simplified Acquisition Procedures as per FAR 13.106-1(b)(1), with a notice that remains open until noon on August 7, 2025, Central Daylight Time. Interested parties can reach out to SSgt Jacob Wood at jacob.wood.4@us.af.mil or by phone at 701-747-5936 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The 319th Contracting Squadron at Grand Forks Air Force Base intends to award a sole source contract to Bombardier, Inc. for the Flight Deck 3 software necessary for electronic flight books at Robins AFB, GA. This decision is due to Bombardier's proprietary rights over the software, making it impossible to obtain through competitive bidding. The procurement falls under the NAICS code 513210 with a size standard of $47.0 million and will be conducted using Simplified Acquisition Procedures as outlined in FAR 13.106-1(b). The notice indicates that this is not a request for competitive proposals, and the Government retains discretion over whether to pursue other competitive options. A justification for the sole source award will be included in the upcoming solicitation set to be posted on August 7, 2025. Interested parties can contact SSgt Jacob Wood for further information, and the notice will remain open until noon on August 7, 2025, Central Daylight Time.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Parraid Software for Flight Test Support
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.
    LONGERON | 04F | B-52
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified contractors for an indefinite quantity contract (IQC) for the procurement of LONGERON components for the B-52 aircraft. This contract is set aside for small businesses and will cover a base period of five years, with an estimated annual quantity of 40 units, requiring delivery within 250 days after receipt of order. The LONGERON components are critical airframe structural components, and the procurement necessitates contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452, with the solicitation expected to be available on or about December 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    SPE4A726R0198-1560 - RIB,STIFFENER,AIRCR/ AIRCRAFT, STRATOFORTRESS B-52
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 175 units of a structural panel (NSN: 1560017274257, Part Number: FLX-P20570-01) for the B-52 Stratofortress aircraft. This procurement is categorized as a firm fixed-price contract and is set aside for small businesses, emphasizing the importance of supporting the small business sector in defense contracting. The delivery of the production units is expected within 284 days, with the contract requiring inspection and acceptance at the origin. Interested parties can access the solicitation on the DLA Internet Bid Board System (DIBBS) around December 10, 2025, and should direct inquiries to Xuan Thanh Phan at xuan.phan@dla.mil or Robert Winchester at robert.winchester@dla.mil for further information.
    PANEL ASSEMBLY, BOND / NSN 1560-00-614-2442 / B-52 AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for the PANEL ASSEMBLY, BOND, associated with NSN 1560-00-614-2442, specifically for the B-52 aircraft. This procurement is a 100% Small Business Set-Aside, with an estimated annual quantity of 40 units over a five-year base period, and the production units will be delivered FOB Destination with inspection and acceptance at the origin. The item is critical for operations but is not classified as a Critical Safety Item, and interested contractors must submit a Source Approval Request (SAR) to be considered as potential suppliers, as DLA Aviation does not possess technical data on this part. For further inquiries, interested parties can contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil, with the estimated solicitation issue date set for November 6, 2025.
    Recur LINK-16 BOSS SW Support Platinum
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, intends to procure LINK-16 BOSS Software Support Platinum Renewal on a sole-source basis from Curtiss-Wright Defense Solutions. This procurement involves the renewal of an existing maintenance and support subscription, which is critical for the operational capabilities of military communications systems. Interested firms that believe they can fulfill this requirement are invited to submit a written response, including a capability statement, to the primary contact, Yvonne Stockwell, at yvonne.c.stockwell.civ@us.navy.mil, within five days of the notice publication. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.
    Solicitation for repair of B-2 Disk Drive Unit (DDU)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a solicitation for the repair of Disk Drive Units (DDUs) under Solicitation Number FA8119-25-R-0012. This procurement is a sole source acquisition directed to Honeywell International, Inc., and involves a firm-fixed-price, requirements-type contract for the repair of specific units identified by NSN: 7025-01-582-0638FW. The Disk Drive Units are critical components for the B-2 aircraft, underscoring their importance in maintaining operational readiness. Interested parties can reach out to Taylor Baptiste at taylor.baptiste@us.af.mil for further details regarding this opportunity.
    Door Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified suppliers for the procurement of aircraft doors, specifically the main landing gear door for the B-2 aircraft. The contract involves the supply of two units of the door, identified by NSN 1560013674794FW, with specific dimensions and material requirements, and is scheduled for delivery by February 7, 2028. This procurement is critical for maintaining the operational readiness of the B-2 aircraft, and interested parties must submit their proposals by January 16, 2026, with further inquiries directed to Genevee Suba at genevee.suba@us.af.mil.
    BroadSim Upgrade
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking to procure upgrades for the BroadSim Signal Generator software through a non-competitive process. The procurement is aimed at acquiring proprietary software upgrades from Orolia/Talen-X, which are essential for maintaining compatibility and interoperability with the existing BroadSim Signal Generator equipment used by the Joint Navigation Warfare Center (JNWC). This upgrade is critical as it ensures the continued operational effectiveness of the navigation warfare capabilities without replacing the current inventory of equipment. Interested parties can reach out to Shawn Hires at shawn.hires.1@us.af.mil or by phone at 402-294-2455 for further information regarding this opportunity.
    Repair of the Air Data Processor (ADP)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This requirement involves a Firm Fixed Price contract for the repair of 50 units of the ADP, NSN: 6610-01-432-8459FX, which is critical for the operational performance of the F-15E aircraft. The contract will include additional services such as on-site support, engineering services, and configuration management, and is set to be awarded following a sole source negotiation with Honeywell, the only known source with the necessary technical data and capabilities. Interested parties must submit their proposals electronically by January 6, 2026, at 4:00 PM EST, and can contact Madison Norris at madison.norris@us.af.mil for further information.
    NIINs to N00383-21-G-YJ01
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific aircraft components from the Bell Boeing Joint Project Office on a sole source basis. The procurement involves the repair of items listed in Attachment A, including PRGB ASSY LH, PRGB ASSY RH, and ELECTRONIC COMPONENTS, with a focus on ensuring the availability of critical aircraft parts for operational readiness. The estimated quantities for these components are one unit each for year 5, with a repair turnaround time of 110 days, and the total funding for the repairs is projected at $2,523,394.00. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this opportunity is not a request for competitive proposals and requires source approval.