KenCast GBS FAZZT Renewal
ID: FA822225QFAZTType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8222 AFSC PZIEHILL AFB, UT, 84056-5805, USA

NAICS

Software Publishers (513210)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procedures and requirements for completing an Equipment List within government acquisitions, specifically regarding software licenses and related services. It emphasizes the necessity to identify relevant Alexsys and PRI numbers for each purchase and to provide accurate shipping information alongside a point of contact. The document details various acquisition types, including service, supply, new software, and software renewals, necessitating specific information such as quantity, manufacturer details, and delivery timelines. Each line item must correlate with the Purchase Request CLIN structure, categorized by distinct features, including unit costs and identifiable characteristics, ensuring clarity in the procurement process. Additionally, the document stresses the importance of using current software versions, verifying part numbers, and providing prior license information to avoid complications during renewals. The guidelines aim to streamline the acquisition process and ensure compliance with government regulations, promoting efficiency in managing the licensing and supply needs essential for service continuity. The outlined procedures are crucial for facilitating successful acquisitions within federal and state/local RFP contexts.
    The U.S. Air Force is seeking to renew an annual maintenance agreement for the KenCast FAZZT Digital Delivery System through a sole source procurement, justified as an individual action under simplified procedures. The contract will follow a Firm Fixed Price (FFP) pricing model and specifically lists required software and hardware components needed for the agency's operational needs, including various versions of the FAZZT Enterprise Server and other related services. Market research was conducted with the Original Equipment Manufacturer (OEM) to ascertain the availability and suitability of the software, confirming compliance with the Federal Acquisition Regulation (FAR) guidelines. The Air Force intends to address any competitive barriers in future acquisitions to enhance opportunities for other software solutions per any technical upgrades. The document includes certifications from the contracting officer and technical personnel attesting to its completeness and accuracy, emphasizing a commitment to best value and mission fulfillment in decision-making regarding software systems.
    The document outlines a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT) for the acquisition of commercial items, specifically various types of FAZZT Enterprise Servers and related software, intended for the 309th SWEG at Hill Air Force Base, Utah. The solicitation is categorized as a request for quotation (RFQ), and the government aims to award a firm-fixed-price contract by evaluating offers based on the lowest price technically acceptable (LPTA) approach. Key details include quantities and types of equipment, a timeline for delivery within 15 days after receipt of order, and a stipulation for valid license renewals for 12 months. The submission deadline for offers is 18 November 2024, and communicative inquiries should be directed to the designated contracting officer. Interested parties must be registered with the System for Award Management (SAM), and specific FAR clauses regarding contract terms and conditions are included. This RFP highlights the government's requirement for compliance with federal contracting procedures, supplier qualifications, and the maintenance of technical standards while ensuring competitive pricing and service delivery.
    Lifecycle
    Title
    Type
    KenCast GBS FAZZT Renewal
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair services for the JTE program; NSN5996-01-621-7893 FD; Assembly Amplifier
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide repair services for the Amplifier Assembly (NSN 5996-01-621-7893 FD) as outlined in Request for Quotation FA8250-26-Q-0036. The procurement involves a firm fixed price for the repair of one unit, with an estimated delivery timeline of 150 calendar days after receipt of the carcass, and includes additional data requirements such as Commercial Asset Visibility Air Force (CAVAF) reports and Engineering Change Proposals (ECPs). This assembly is critical for military operations, necessitating compliance with stringent quality and security standards, including a robust Counterfeit Prevention Plan. Interested parties must submit their quotations by November 24, 2025, and can direct inquiries to Valerie Humphries at valerie.humphries@us.af.mil or by phone at 801-775-6455.
    F-16 SST Repair; NSN; 5998-01-555-5340
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCA) under the Sources Sought Notice FA8251-26-R-SST. The procurement involves a major overhaul of the CCAs, which includes a complete or substantial disassembly and the use of reusable components to restore functionality, ensuring that the original specifications are maintained unless otherwise directed. This repair effort is crucial for maintaining the operational capabilities of the F-16 aircraft systems, with responses due by December 24, 2025, to the primary contacts, Paige LaPoint and Jesse Baird, at their respective email addresses. Interested parties are encouraged to submit a three-page white paper detailing their repair capabilities and experience.
    DelTV ThinkLogical
    Buyer not available
    The Department of Defense, specifically the 21st Contracting Squadron at Peterson Space Force Base, is conducting a sources sought notice to gather information from potential providers of ThinkLogical DelTV products. The procurement aims to assess market capabilities for various modular chassis and transmitter modules, totaling 22 units, which are essential for enhancing operational capabilities within the Air Force. Interested vendors are requested to provide details on delivery timelines, alternative NAICS codes, contract vehicle information, warranty specifics, and company certifications by December 11, 2024. Responses should be directed to the designated contacts, Aaron Smith and Amanda Davidson, via the provided email addresses.
    Falcon Neo
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure high-performance computing hardware and perpetual license software under the title "Falcon Neo." This opportunity is categorized as a sole source justification, indicating that the procurement is intended for a specific vendor due to unique capabilities or qualifications. The goods and services sought are critical for enhancing the Air Force's IT and telecommunications capabilities, particularly in high-performance computing applications. Interested parties can reach out to Sonya Rayford Cage at sonya.rayfordcage.5@us.af.mil for further details regarding this procurement opportunity.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.
    Synopsis of Contract Action- FY26 MPulse Software Renewal
    Buyer not available
    The Department of Defense, specifically the United States Air Force Test Center (AFTC/PZZG), intends to award a sole-source contract to Mpulse Software Inc. for the annual renewal of the MPulse Maintenance and Support Program (MSP) subscription. This procurement encompasses a base year and four one-year options, extending from December 2025 to December 2030, to support the management of over 500 equipment assets at the Banfield Anechoic Facility. The contract is justified under FAR 13.106-1(b)(1)(i) due to Mpulse Software Inc. being the only authorized vendor capable of providing the necessary cloud hosting, technical support, and software updates. Interested vendors who believe they can meet the requirements are encouraged to submit a technical package, and all inquiries should be directed to Ms. Paola D. Diaz or Ms. Anne C. Beach via email. Contractors must be registered in the System for Award Management (SAM) to participate.
    59--CABLE ASSEMBLY,RADIO F
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of Cable Assembly, Radio F, under solicitation number NSN 5995012788827. The requirement includes a total quantity of 19 units, with delivery expected within 144 days after order placement, and may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000. This procurement is critical for maintaining operational capabilities in electronic equipment, and interested vendors must submit their quotes electronically, as hard copies will not be provided. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Digital Engineering Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole-source Firm Fixed Price contract for Digital Engineering Services to Dassault Systemes (DS). The procurement aims to secure comprehensive support for the 3D Experience (3DX) application, which includes configuring, customizing, training, and providing full-time equivalent support, essential for advancing digital engineering initiatives and leveraging existing software licenses. The 3DX application serves as a critical product lifecycle management tool that integrates various supporting applications, with a performance period extending from July 2022 to September 2025, funded by RDT&E resources. Interested parties can reach out to Kevin Daigle, Contract Specialist, at kevin.daigle.3@us.af.mil or Melissa Hobley, Contracting Officer, at melissa.hobley@us.af.mil for further inquiries.
    Finding Agile Solutions for Test (FAST) Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Air Force Test Center (AFTC), is issuing a Commercial Solutions Opening (CSO) titled "Finding Agile Solutions for Test (FAST)" to acquire innovative solutions for defense test needs. This open CSO will facilitate the issuance of 'Calls' for specific objectives, with the aim of partnering with industry to develop new technologies, processes, or applications that enhance the efficiency and effectiveness of the nation's test mission. The government intends to award FAR Part 12 fixed-price contracts or Other Transactions for Prototype projects, with individual awards generally not exceeding $100 million, and all proposals must be submitted by September 30, 2022. Interested parties can reach out to the primary contact, Marc Venzon, at marcanthony.venzon@us.af.mil or by phone at 661-277-3234 for further information.