Intent to Sole Source - 48 RQS CYPRES and MAINTENANCE
ID: FA487724QA553Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

PARACHUTES; AERIAL PICK UP, DELIVERY, RECOVERY SYSTEMS; AND CARGO TIE DOWN EQUIPMENT (1670)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, intends to sole source the procurement of the CYPRES System and associated maintenance services to SSK Military Industries Inc. This procurement is critical as the CYPRES 2 Automatic Activation Device (AAD) is the only equipment authorized for use under the Air Force Personnel Parachute Program, ensuring operational readiness for Air Force personnel during parachute operations. Interested vendors who believe they can meet these requirements are encouraged to contact the primary or secondary points of contact, Della Fales at della.fales.1@us.af.mil or Micky Hallman at micky.hallman.1@us.af.mil, by the specified deadline to express their capabilities.

    Files
    Title
    Posted
    The Single Source Justification document from 355 CONS details the procurement of the CYPRES System and Maintenance services, specifically citing SSK Industries as the exclusive distributor of the CYPRES 2 Automatic Activation Device (AAD). These devices are essential for Air Force personnel parachute systems, as they are the only equipment authorized for use under the Air Force Personnel Parachute Program. The justification emphasizes that all jumpers and riggers are trained on the CYPRES 2, which supports both real-world and contingency operations. Efforts to find alternative AAD vendors identified SSK Industries as the sole compliant source, prompting a determination that only a single source is available for this contract action. The document concludes with an outline of steps to broaden future sourcing options, aiming to improve efficiency and cost-effectiveness in meeting mission requirements while continually seeking viable vendors for AAD supplies. This document reflects a careful approach to procurement within government regulations, emphasizing compliance and operational readiness.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    USMC Specialized Parachutes RFI
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is conducting a Request for Information (RFI) to identify potential sources for specialized parachute systems required by the United States Marine Corps. The RFI focuses on three specific parachute systems: the Container Delivery System Parachute, the Joint Precision Airdrop System Parachute, and the life cycle replacement of the Tandem Offset Resupply Delivery System Parachute, each with detailed specifications regarding load capacity, deployment altitude, and compatibility with existing military equipment. This initiative is crucial for enhancing operational capabilities in military logistics and resupply missions. Interested vendors are encouraged to submit their capabilities, including technical data and estimated pricing, to the primary contact, Anthony Plath, at anthony.plath@usmc.mil, or the secondary contact, Eric G. Daniels, at Eric.G.Daniels@usmc.mil, with responses due by the specified deadline.
    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.
    Small Unmanned Aerial System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the acquisition of a Small Unmanned Aerial System (sUAS), with a focus on the Skydio X2D model or an equivalent. The procurement aims to enhance operational capabilities through advanced aerial technology, requiring features such as autonomous flight, 360-degree obstacle avoidance, high-resolution imaging, and robust construction materials. This initiative is critical for government missions that demand high efficiency and compliance with federal standards, particularly the National Defense Authorization Act (NDAA). Interested parties must submit their proposals by September 24, 2024, with a firm fixed pricing structure for the delivery of one UAV to Keesler Air Force Base, Mississippi, by November 29, 2024. For further inquiries, contact Markos Mendoza at markos.mendoza@us.af.mil or Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil.
    SOLE SOURCE SOLICITATION: Nosecup Left Filter
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), intends to issue a sole source procurement for the Nosecup Left Filter from Avon Protection Systems Inc., located in Cadillac, Michigan. This procurement is restricted to the approved source due to proprietary technical data, and it will result in a firm fixed price contract. The items are critical for safety and rescue operations, emphasizing the importance of quality and compliance with military specifications. Interested parties can direct inquiries to Contract Specialist Abhiram Popuri at abhiram.e.popuri.civ@army.mil or by phone at 520-684-5015, with the procurement process adhering to the guidelines outlined in the Justification and Approval (J&A) documentation.
    66--ALTIMETER,ENCODER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure four units of an altimeter encoder, identified by NSN 7R-6610-012643953-AZ. This procurement is intended to fulfill a specific requirement and will be solicited and negotiated with only one source under FAR 6.302-1, indicating a non-competitive procurement process. The altimeter encoder is a critical component used in flight instruments, underscoring its importance in aviation operations. Interested parties are encouraged to express their interest and capability to respond to this requirement within 45 days of the notice, with all communications directed to Eric M. Tarkett at (215) 697-4313 or via email at ERIC.TARKETT@NAVY.MIL.
    66--ALTIMETER,ENCODER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of altimeters and encoders, classified under the NAICS code 334511. The requirement emphasizes the need for government source approval prior to award, necessitating that potential suppliers submit a Source Approval Request (SAR) along with their proposals, as detailed in the NAVSUP SAR brochure available online. These flight instruments are critical for navigation and guidance systems, underscoring their importance in military operations. Interested vendors should reach out to Autumn Rau at 717-697-4313 or via email at Autumn.M.Rau2.CIV@us.navy.mil for further details and to ensure compliance with submission requirements.
    Notice of Intent to Sole Source: REAL and RUSB System
    Active
    Dept Of Defense
    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.
    IFF Transponder Package
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSBs) for the supply of IFF Transponder Packages, which include antennas and associated shipping services. The procurement aims to meet the operational requirements for integration with Group 1 and 2 Unmanned Aircraft Systems (UAS), necessitating specific technical characteristics such as AIMS certification, compatibility with Mode 3/C and ADS-B Out, and adherence to defined physical dimensions and power specifications. This initiative underscores the importance of supporting small businesses in military logistics while ensuring compliance with federal acquisition regulations. Interested parties should refer to solicitation number FA491324Q0004 and contact Oisin Doyle at oisin.doyle.1@us.af.mil for further details, with submissions due by the specified deadlines.
    Portable Navaid Receiver Purchase
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the purchase of two Portable Navaid Receivers (PNR) Model 7020, essential for the calibration and testing of the Ground Radar Navigation Instrument Landing System at Yokota Air Base in Japan. This procurement is critical for maintaining safe and efficient air traffic operations, as the specialized equipment provided by Thales is the only source capable of meeting the Air Force's stringent operational requirements. The anticipated award date for this contract is September 26, 2024, and interested parties who believe they can fulfill these requirements are encouraged to submit their capabilities and relevant company information to the primary contacts, Benjamin Warren and Austin Meadows, via the provided email addresses.