The United States Air Force's 633rd Contracting Squadron, part of Air Combat Command, intends to issue a purchase order to Tyto Government Solutions, Inc. (Tyto Athene) for the procurement of a Fly Away Communications Terminal (FACT) Kit Software License.
The FACT Kit Software will be utilized for network management for the development and support of Agile Combat Employment (ACE) for four Wings. Since FACT Kit Software is proprietary to Tyto Athene, only Tyto Athene can provide maintenance for its licenses. This acquisition will be negotiated as a non-competitive contract under FAR 8.405-6(1)(B), which permits procurement from a single source when no other supplies or services can meet the agency’s needs. The 633rd Contracting Squadron, located at 14 Burrell St., Bldg. 67, Langley AFB, VA 23665, will award this sole-source contract to support the ACC A3/A35X Future Ops Division.
This announcement serves as a combined synopsis/solicitation for commercial items, prepared in accordance with FAR Part 13 and using Simplified Acquisition Procedures. Please note, this is the only solicitation; no additional written solicitation will be issued. This announcement complies with FAR Part 5.203(a)(2) and follows the combined synopsis and solicitation procedures outlined in FAR 12.603.
The applicable North American Industry Classification System (NAICS) code is 541519, with a Small Business Size Standard of $34,000,000.00. Additional details regarding this requirement are available in the attached Statement of Requirement.
This notice of intent is not a request for competitive quotes; however, interested parties who believe they can meet the requirement are encouraged to submit a capability statement to Erika Allen at erika.allen.2@us.af.mil by 11:00 AM Eastern Time on July 23, 2025. The award will be made through other than full and open competition, as only one responsible source can fulfill the agency’s needs.
Although this is a NOTICE OF INTENT, no solicitation is currently available. If a firm believes the Air Force should not proceed with this delivery order, they may submit a capability statement within 5 days of this posting for consideration. Responses should include a general overview of the services offered and relevant past performance information related to similar products.
Please submit responses promptly, as late submissions will not be considered. Responses must clearly demonstrate that a competitive procurement would be beneficial. The Government’s decision not to pursue competition will be at its sole discretion. Any information received will primarily be used to determine whether future competitive procurement is appropriate.
There is no solicitation available at this time, and telephone inquiries will not be accepted. For questions regarding this notice, contact Erika Allen at erika.allen.2@us.af.mil. Late responses will not be considered.
CLIN Manufacturer Qty Unit Description
0001 Tyto Government Solutions, Inc. 1 Group Fly Away Communications Terminal (FACT) Kit Software License. (BASE Year)
1001 Tyto Government Solutions, Inc. 1 Group Fly Away Communications Terminal (FACT) Kit Software License. (option year 1)
2001 Tyto Government Solutions, Inc. 1 Group FLY AWAY COMMUNICATIONS TERMINAL (FACT) KIT SOFTWARE LICENSE. (option year 2)
3001 Tyto Government Solutions, Inc. 1 Group FLY AWAY COMMUNICATIONS TERMINAL (FACT) KIT SOFTWARE LICENSE. (option year 3)
4001 Tyto Government Solutions, Inc. 1 Group FLY AWAY COMMUNICATIONS TERMINAL (FACT) KIT SOFTWARE LICENSE. (option year 4)
The award will be primarily based on technical acceptability and price.
For quotes deemed technically acceptable, the final selection of the best value will be determined based on technical acceptability.
Technical Evaluation:
GSA vendors will be considered technically acceptable if they meet the following criteria:
Comply with the minimum specifications outlined in the line-item descriptions for CLINs 0001 through 4001.
Price:
The Government may employ any of the following price analysis methods in accordance with FAR 15.404-1(b) to establish price reasonableness:
- Comparison of proposed prices received
- Comparison of prior proposed prices and previous Government and commercial contract prices
- Use of parametric estimating or rough benchmarks
- Comparison with competitive published price lists or current market prices
- Comparison with independent Government cost estimates
- Market research
- Analysis of pricing information provided by the offeror