Notice of Intent to Sole Source: REAL and RUSB System
ID: FA446024Q0282Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4460 19 CONS PKALITTLE ROCK AFB, AR, 72099-4971, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

BLOCKS, TACKLE, RIGGING, AND SLINGS (3940)
Timeline
    Description

    The Department of Defense, specifically the 19th Contracting Squadron at Little Rock Air Force Base in Arkansas, intends to award a sole-source contract to QRDC, Inc. for the acquisition of a REAL M12 - 12" Reusable Energy Absorbing Layer Module and a Reusable Universal Skid Board. These items are critical for enhancing safety and operational efficiency in military applications, particularly in aircraft operations. Interested parties are invited to submit a capability statement, proposal, or quotation by September 20, 2024, at 4:00 PM CST, with all submissions directed to Lt. Ethan Lenoir at ethan.lenoir.1@us.af.mil. Oral communications will not be accepted, and the contract will be awarded without further notice if no competitive responses are received.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Reusable Universal Skid Boards (RUSB)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the procurement of Reusable Energy Absorbing Layer (REAL) and Reusable Universal Skid Board (RUSB) to Quality Research, Development & Consulting, INC., a women-owned small business. This acquisition aims to enhance the durability and adaptability of airlift operations, ensuring that airlift squadrons maintain proficiency and meet training and mission objectives effectively. The total estimated value of this procurement is under the Simplified Acquisition Threshold, with an anticipated award date of September 24, 2024, and interested parties are encouraged to submit documentation by September 19, 2024, at 7:00 PM EST for consideration. For further inquiries, interested individuals may contact SSgt Austin Meadows at austin.meadows@us.af.mil or Angelina Fletcher at angelina.fletcher.1@us.af.mil.
    BAK-12 Arresting System Spare Parts Single Source Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure spare parts for the BAK-12 Arresting System, with the intention to award a contract to Curtiss-Wright Flow Control Service, LLC, as the sole source provider. The procurement is essential for maintaining the operational readiness of the BAK-12 system at Ebbing Air National Guard Base in Arkansas, as these parts are critical for aircraft landing equipment and must be sourced from the original equipment manufacturer to avoid warranty voids and potential system damage. Interested vendors are required to submit capability statements by September 23, 2024, at 11:00 AM CST, to the primary contacts, Jarrod Ford and Kelsey L. Brightbill, via email, as the government evaluates whether to proceed with a competitive procurement or continue with the single-source approach.
    15--CANOPY,MOVABLE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 55 units of a movable canopy, identified by NSN 7R-1560-016227235-QE, from The Boeing Company and SierraCIN Corporation, the only known sources for this item. The procurement is limited to these original equipment manufacturers due to the lack of available drawings or data for alternative sourcing, and interested parties must submit a Source Approval Request if they are not already approved to manufacture this material. This canopy is critical for airframe structural components, and the anticipated award date for this contract is March 2025. Interested organizations are encouraged to submit their capabilities and qualifications via email to Dylan E. Payne at dylan.e.payne.civ@us.navy.mil within 45 days of the notice publication.
    NOM: COMPOSITE REPAIR SET, AIRCRAFT WSDC AEF END ITEM: KC-46A SUPPORT EQUIPMENT FOR AERIAL REFU PR: 7007689918, NSN: 4920-014624666: IAW P/N: HCS9200B
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a firm fixed price contract for the procurement of a Composite Repair Set for Aircraft, specifically the KC-46A Support Equipment for Aerial Refueling. The requirement includes one National Stock Number (NSN: 4920-014624666) with a quantity of 17 units, which are critical for maintaining and repairing aircraft systems. The solicitation is set to be issued on or about August 14, 2024, with a closing date of October 16, 2024, and the delivery schedule is 192 days after receipt of order. Interested parties should contact Jalon Lynch at Jalon.Lynch@dla.mil or by phone at 804-759-9420 for further details.
    Remote Control Unit (RCU) Production
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the production of Remote Control Units (RCUs) under solicitation number FA8307-24-R-B040. The initiative aims to redesign and produce 888 new Z-ANP RCUs to replace outdated models, with a focus on comprehensive production tasks including documentation, training, maintenance, and logistics, all to be completed within a 36-month timeframe. This procurement is critical for enhancing operational capabilities within the Air Force and Navy, as well as supporting Foreign Military Sales. Proposals are due by 12:00 PM (CST) on October 14, 2024, and interested parties should contact Roberta Wilson at roberta.wilson.1@us.af.mil or Ethan Hardin at ethan.hardin@us.af.mil for further information. Note that funding is not currently available, and no awards will be made until funds are secured.
    Aerial Cargo Platforms Parachutes
    Active
    Dept Of Defense
    The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is seeking proposals for the procurement of aerial cargo platforms parachutes and related air delivery equipment. This procurement aims to support the U.S. Army Security Assistance Command (USASAC) and is expected to result in a Firm Fixed Price (FFP) contract, adhering to the Berry Amendment rules. The solicitation, identified as RFQ W91CRB-24-R-PARA, emphasizes the importance of maintaining air delivery capabilities and requires interested vendors to demonstrate technical compliance with specifications, provide quotes valid for 90 days, and be registered in the System for Award Management (SAM). Quotes must be submitted via email by 10:00 AM EST on September 23, 2024, with the evaluation based on a Lowest Priced Technically Acceptable (LPTA) approach. For further inquiries, interested parties may contact Antoinette Coward at antoinette.w.coward.civ@army.mil or Shelby A. Saum at shelby.a.saum.civ@army.mil.
    DAMAS Kit Airlift Shoring
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to procure and deliver a DAMAS Kit Airlift Shoring, essential for supporting the C-130 loading of the AN/TPY-4(V)1 radar. The procurement requires the vendor to provide a kit that includes components such as ramp sections, load-ups, wedges, and adjustable stands, capable of accommodating a weight capacity of 20,000 lbs. per axle, with a delivery timeline of 135 days after the order is received. Interested parties must ensure compliance with federal regulations, register in the System for Award Management (SAM), and submit their bids adhering to strict formatting requirements, with a maximum of 25 pages. For further inquiries, potential bidders can contact Khunravin Heng at khunravin.heng@us.af.mil or Ryan Wang at Ryan.wang.1@us.af.mil.
    SPE4A724R0724 - 1560 - EDGE ASSEMBLY - AIRCRAFT, AWACS, E-3A
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 16 units of the Edge Assembly for the Aircraft AWACS, E-3A, under the presolicitation notice SPE4A724R0724. This procurement is a total small business set-aside and involves the acquisition of specific part numbers from various manufacturers, including The Boeing Company and Aero Components, LLC, highlighting the importance of these components in maintaining operational readiness for military aircraft. Interested vendors should note that the solicitation will be available on or around September 2, 2024, via the DLA Internet Bid Board System (DIBBS), and are encouraged to contact ReKisha Burton or Latrice Brown for further inquiries regarding the procurement process.
    F-22 Tier 2 Parts Racks & Horizontal Stabilator Dollies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of five Tier 2 Parts Racks and four Horizontal Stabilator Dollies for the F-22 aircraft, aimed at enhancing maintenance operations within the 309th Aircraft Maintenance Group. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) approach, with a firm fixed price structure, emphasizing compliance with federal regulations and quality standards. These specialized racks and dollies are critical for preventing damage to aircraft coatings during maintenance and facilitating the transport of Horizontal Stabilator units. Interested parties must submit their proposals by the specified deadlines, and for further inquiries, they can contact Jason Neering at jason.neering@us.af.mil or Angie Poll at angela.poll@us.af.mil. The initial prototype is due within 150 days of contract award, and the solicitation documents, including updated drawings and specifications, are available for review.
    W56HZV-23-R-0160 Synopsis - ISO Shelters - NSN: 5411-01-295-3433
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), intends to solicit for the procurement of One-Sided ISO Shelters, including a Modular Extendable Rigid Wall Shelter (MERWS) and associated components. This requirement is for a follow-on contract to General Dynamics-Mission Systems, which is being awarded on a sole source basis due to the specialized nature of the equipment and the need to avoid delays in fulfilling agency requirements. The forthcoming solicitation, W56HZV-23-R-0160, will be a one-year, firm-fixed-price contract, and interested vendors are encouraged to submit capability statements or proposals, although the solicitation will not be available for at least 15 business days following this notice. For further inquiries, vendors may contact Lauren DeRoche at lauren.r.deroche.civ@army.mil or by phone at 571-588-9071.