Parts for BAK-14M Retractable Hook Cable Support System; Notice of Intent to Sole Source
ID: W50S9F24Q0015Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N8 USPFO ACTIVITY WIANG 115MADISON, WI, 53704-2591, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT LANDING EQUIPMENT (1710)
Timeline
    Description

    The Department of Defense, specifically the 115th Fighter Wing Mission Support Contracting Office, intends to award a sole-source contract to Curtiss-Wright Flow Control Service LLC for specialized aircraft parts.

    The scope of work involves supplying 10 units of the Support Arm and Cover Assemblies, a crucial component in the BAK-14M Retractable Hook Cable Support System. As the original equipment manufacturer, Curtiss-Wright is the exclusive provider of these parts, which are essential for maintaining the functionality of the Arresting Systems installed on runways.

    The contract, justified under FAR 13.106-1(b)(1), focuses on ensuring the functionality and quality of the procured systems and Curtiss-Wright has been deemed the most suitable source for this specific requirement. The contracting office welcomes information from other interested parties, however, and will consider it for future procurement decisions.

    The Single Source Determination document outlines the reasons for this approach, emphasizing the compatibility and exclusivity of the required parts. The Purchase Description document provides further details on the requirements and evaluation criteria, emphasizing the need for a comprehensive solution beyond the stated minimum quantity.

    Interested parties should contact MSgt Scott Homner via email at 115.fw.fw-contracting.org@us.af.mil with any inquiries and to register their interest. The government agency emphasizes that this is not a solicitation and that a determination not to compete with the proposed contract will be at their discretion.

    This opportunity is estimated to be valued at around $TBD and will be awarded as a single or multiple purchase orders. The deadline for interested parties to submit their interest is stated on the Notice of Intent to Sole Source document.

    Point(s) of Contact
    Files
    Title
    Posted
    The government agency seeks to procure a specific quantity of Support Arm and Cover Assemblies, a key component in the BAK-14M Retractable Hook Cable Support System. Dealers will be responsible for supplying a fully functional system, including all necessary additional parts, ensuring a complete solution. The focus is on functionality and quality, with offers being evaluated accordingly. This procurement is for a minimum of ten assemblies, and the agency emphasizes that dealers must provide a comprehensive solution beyond the listed requirements.
    The 115th Fighter Wing has issued a Single Source Determination for the procurement of 10 units of Support Arm and Cover Assemblies, manufactured by CURTISS-WRIGHT FLOW CONTROL SERVICE LLC. As the original equipment manufacturer (OEM), they are the sole provider of the required parts, which are essential for maintaining the functionality of the BAK-14M Arresting System installed on runways. The justification for the sole-source approach is based on the compatibility and exclusivity of the required parts, with additional efforts outlined to encourage future competition. This procurement is estimated at a cost of $TBD. The contracting officer, MSgt Scott Homner, has approved the determination, with the intention of awarding the contract to CURTISS-WRIGHT.
    Similar Opportunities
    16--CHECK,5TH STAGE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The U.S. Department of Defense, specifically the Department of the Navy, is seeking to contract for the repair and modification of aircraft accessories, requiring flight-critical parts that need government source approval. The procurement aims to secure a specific quantity of NSN 7R-1680-015878503-F7 items, which are commercial, off-the-shelf products needing technical data for full competition. This contract is focused on ensuring timely delivery, with approval processes in place for new sources. Interested parties should refer to the provided links for spares and repair brochures and submit relevant information. The Navy intends to negotiate with a single source but will consider all responsible proposals received within 45 days. Flight-critical aircraft components are the focus of this contract, emphasizing the military's need for reliable and timely sourcing. The parts are crucial for ensuring the functionality and safety of naval aircraft, reflecting the Navy's commitment to maintaining a robust fleet. Interested suppliers should review the provided brochures and reach out to Jena Visconto at the provided email or phone number for more information. The contract has a maximum value of $500,000, and submissions are due within 45 days.
    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.
    Notice of intent to sole source (5) BA-30 Emergency Egress Parachute Bailout Systems from Butler Parachute Systems (BPS), Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to procure five BA-30 Emergency Egress Parachute Bailout Systems from Butler Parachute Systems, Inc. This sole source procurement is essential for supporting the HC-130J aircraft, which plays a critical role in the Space Force Delta 45 launch mission, ensuring the safety of aircrew personnel and potential passengers. The justification for selecting Butler Parachute Systems as the sole supplier is based on extensive market research confirming that they are the only manufacturer capable of meeting the unique specifications required for these systems. Interested parties may submit capability statements or proposals by September 10, 2024, at 12:00 p.m. EDT, and all inquiries should be directed to Lance Brenchley at 45cons.pkb.email@us.af.mil or by phone at 321-854-6343.
    16--HORN ASSEMBLY,SPIND
    Active
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Weapon Systems Support department, intends to sole-source a contract for a HORN ASSEMBLY,SPIND. The NSN is 7R-1615-011589612-VH, and the government intends to purchase 1 unit for delivery FOB origin. The solicitation will be posted on NECO, and interested parties are invited to submit their capabilities and qualifications via email. The government will consider all responsible sources, however, it's important to note that due to the specialized nature of the part, the approval of the source is required, and the government expects award to the listed firm. The primary contact for this opportunity is ANNA M. KIESSLING. This pre-solicitation notice is to express the government's intent, and the actual solicitation will follow at a later date.
    15--SUPPORT ASSEMBLY,BE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 289 units of a specific airframe structural component, identified by NSN 1R-1560-012212619-VH and part number 70400-08162-042. This procurement is being conducted as a sole source acquisition from Transaero Inc., as the agency anticipates receiving a single acceptable offer from this source, emphasizing the critical nature of the component for operational readiness. Interested firms that are not already approved to manufacture this item must submit a Source Approval Request, but the procurement will proceed without delay for SAR approval. Proposals are due within 45 days of this notice, with the anticipated award date set for November 2024; interested parties should direct their inquiries to Jacob R. Wells at jacob.r.wells1@navy.mil.
    Notice of Intent to Award via Single Source - Oshkosh AeroTech, LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract to Oshkosh AeroTech, LLC for the procurement of an Air Deployable Cargo Handling (Hi-Line) Dock system. This system is designed to facilitate the offloading of T2 pallets from C-130 and C-17 cargo aircraft in austere environments, requiring a compact design that occupies a single 463L pallet space and can handle fully loaded T2 missile pallets weighing up to 10,000 lbs. The product must be easily assembled by a single air crew without the need for lifting equipment or specialty tools, and it should meet specific technical requirements, including aluminum construction for weight and corrosion control, rapid assembly and disassembly capabilities, and enhanced corrosion resistance. Interested parties may submit a capability statement within seven calendar days of this notice, with all responses directed to Capt David Logue at david.logue.1@us.af.mil and SrA Felix Prose at felix.prose@us.af.mil. The contracting office is located at 10480 Sijan Ave, Joint Base Elmendorf-Richardson, Alaska 99506.
    Notice of Intent To Award ACAST SYSTEM Sole Source
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the Altitude Combined Aircrew Systems Tester – High Altitude (ACAST-HA) to Chemring Energetics, located in Downers Grove, Illinois. This specialized equipment serves as an accessory to the JCAST, providing essential functionality for Pressure Breathing at Altitude (PBA) testing of specific Regulated Connectors used in Air Force operations. The ACAST-HA is critical for ensuring the operational readiness of the F-22 Mission Designed Series, as it is the only approved tester for this purpose. Interested parties can reach out to William Gentry at william.gentry.8@us.af.mil or Daniel Swoyer at daniel.swoyer.1@us.af.mil for further inquiries.
    Sole Source Parker Hannifin spares
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Richmond, Virginia, is preparing to issue a Letter Request for Proposal (RFP) for the procurement of sole source spare parts from Parker Hannifin Corporation. This initiative targets a total of 280 National Stock Numbers (NSNs) associated with various weapon systems and operational platforms, with the intent to award the contract solely to the Original Equipment Manufacturer (OEM) due to their approved status as the source of supply. Interested non-OEM suppliers and surplus dealers are encouraged to express their interest and provide documentation demonstrating their capability to supply the required items, as the government may consider alternative acquisition strategies if beneficial. The anticipated timeline for this procurement includes an open date of September 9, 2024, and a closing date of October 10, 2024. For further inquiries, interested parties may contact Kenya Allamby at kenya.allamby@dla.mil or by phone at 804-279-3716.
    B-52 Engine Pod Covers - Sole Source Notice of Intent
    Active
    Dept Of Defense
    The Department of Defense, specifically the 5th Contracting Squadron at Minot Air Force Base in North Dakota, intends to award a sole source purchase order for B-52 Engine Pod Covers. The procurement aims to secure a product that effectively encloses the engine pods while providing necessary access and connections, with only one vendor identified as capable of fulfilling these specific requirements. This initiative is critical to supporting the operational mission of Minot AFB, as the covers have been developed in collaboration with Global Strike STRIKEWERX and Minot Atomic Spark to ensure their effectiveness. Interested parties who believe they can meet the requirements are invited to submit their capabilities in writing by September 13, 2024, at 11 AM Central Standard Time, with further inquiries directed to A1C Dominique Henry at dominique.henry.1@us.af.mil or (701) 723-3480.
    Notice of Intent to Sole Source to Dynamic Sealing Technologies Inc for the purchase of High Pressure Pneumatic Rotary Unions
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to sole source a contract to Dynamic Sealing Technologies Inc. for the procurement of three custom-made High Pressure Pneumatic Rotary Unions. These rotary unions are critical for testing operations at Arnold Air Force Base and must meet stringent specifications, including compliance with ASME standards, precise dimensional tolerances, and rigorous testing requirements to ensure reliability under high-pressure conditions. The contract is expected to be awarded by September 26, 2024, with interested vendors encouraged to submit business concepts by September 9, 2024, to the designated contracting officials, Noah Bean and Greggory Jones, via their respective emails.