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
    Intent to Sole Source - 48 RQS CYPRES and MAINTENANCE
    Active
    Dept Of Defense
    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.
    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.
    15 - FMS Repair - STABILATOR ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a sole source contractor for the repair of five Stabilator Assemblies, identified by NSN 7R 1560-012027150 and part number 70200-27001-044. This procurement is critical as the government lacks sufficient data to engage alternative sources, necessitating the use of an already established Basic Ordering Agreement (BOA) for this requirement. The items involved are subject to Free Trade Agreements and require Government Source Approval prior to award, with interested parties needing to submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. For inquiries, potential contractors can contact Dana L. Scott at dana.scott@navy.mil or by phone at (215) 697-0273.
    15 - FMS REPAIR - STABILATOR ASSY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a contractor for the sole source repair of Stabilator Assemblies, identified by NSN 7R 1560-012027151 and part number 70200-27001-045, with a total quantity of four units. This procurement is critical as the government lacks sufficient data to engage alternative sources, emphasizing the importance of maintaining operational readiness for aircraft components. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Dana L. Scott at dana.scott@navy.mil, with proposals required to meet all specified criteria to be considered for this opportunity.
    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.
    Notice of Intent to Sole Source Acutronic USA Inc
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Holloman Air Force Base, intends to award a sole source contract to Acutronic USA Inc. for the evaluation of the Contraves Model 445 120-inch Air Bearing Centrifuge, which is critical for the operations of the 746th Test Squadron. The procurement involves a thorough inspection and assessment of the centrifuge following significant water intrusion, with the goal of documenting damage and operational parameters using specialized equipment. This evaluation is vital for maintaining the operational readiness of essential testing equipment used in military applications. Interested vendors may submit capability statements or proposals by September 25, 2024, with the anticipated award date set for September 30, 2024. For further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil.
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.mil.
    15--HOOK POINT,ARRESTIN
    Active
    Dept Of Defense
    The U.S. Navy is seeking to procure specific aircraft forgings and components through this solicitation. The primary purpose is to obtain these items for aviation use, emphasizing compliance with Boeing drawings and revisions, while also incorporating MIL-W-22759 wire in lieu of MIL-W-81381 wire. The scope of work for the successful awardee includes forging and supplying the items mentioned in the Boeing drawings, with strict adherence to the mentioned revisions. The focus is on delivering these components with proper markings and packaging, ensuring compliance with military standards. The Navy has specified that MIL-STD 454 compliance is expected, regarding the latest revisions and soldering specifications. Additionally, the successful contractor will be required to use MIL-W-22759 wire, as mentioned in the solicitation. Applicants for this contract should possess the necessary certifications and qualifications to manufacture and supply aviation components, aligning with the mentioned Boeing drawings and military standards. Experience in working with the U.S. Navy or other military branches could be advantageous. Funding for this federal contract is expected to exceed $1 million. The contract will be awarded based on the Navy's evaluation of the offerors' ability to meet the technical requirements, with price being a secondary consideration. The submission deadline is not specified in the provided information, but it is mentioned that the solicitation is time-sensitive, indicating a prompt response is required. Interested parties should reach out to the primary contact listed, Dianne Wydra, via email at dianne.wydra@navy.mil, for further clarification and to obtain the latest revisions of relevant documents. It's important to note that this solicitation also serves as a notification of the Navy's intent to issue contracts, and the bilateral agreement to do so is considered valid when the government transmits contractual documents. This opportunity is open to all eligible contractors, and interested parties should ensure they can fulfill the technical requirements and adhere to the specified prohibitions and restrictions.
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.