NOTICE OF INTENT TO SOLE SOURCE Smart Arrest training system
ID: F3N0425028A001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5613 700 CONS PKAPO, AE, 09021-3076, USA
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a Sole Source contract to Curtiss-Wright for the development of a Smart Arrest training system, as outlined in their Special Notice. This procurement is justified under statutory authority 10 USC 2304(c)(1) and FAR 6.302-1, which permits single-source procurement when no other suppliers can meet the agency's requirements. The Smart Arrest training system is crucial for training personnel on the control and hydraulic systems essential for operational readiness, incorporating components such as hydraulic fluid reservoirs and control panels. Interested parties are encouraged to submit their input regarding this sole source decision to the designated Contracting Officer, Ms. Fabiana Benkel, at fabiana.benkel.de@us.af.mil, by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force's 86th Airlift Wing is planning to award a Sole Source contract to Curtiss-Wright for the development of a Smart Arrest training system, pursuant to statutory authority 10 USC 2304(c)(1) and FAR 6.302-1, which allows for procurement from a single source when no other suppliers meet the agency's needs. The intended training station is essential for personnel to familiarize themselves with the Smart Arrest control and hydraulic systems, which include various components such as hydraulic fluid reservoirs, control panels, fiber optic communication cables, and backup battery systems. This announcement serves as a notice rather than a competitive solicitation, but the government will consider responses to determine if a competitive procurement is warranted. Interested parties must submit their input by the specified deadline. Inquiries should be directed to the designated Contracting Officer, Ms. Fabiana Benkel. This overarching intent illustrates the Air Force’s commitment to maintaining operational readiness through specialized training equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Intent to Sole Source Child Care Training Aid
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to sole source a contract for child care training aids to Realityworks, Inc. This procurement aims to acquire specialized educational materials and resources designed to enhance child care training, including various kits and models that simulate health conditions and scenarios relevant to child care providers. The goods sought are critical for equipping child care professionals with the necessary tools to conduct developmental assessments and respond to care scenarios effectively. Interested parties who believe they can meet the specified requirements must submit their capability documentation to Contract Specialist John Fertulus at john.fertulus@us.af.mil or Contracting Officer Ryan Baudouin at ryan.baudouin@us.af.mil by March 21, 2025, at 1:30 P.M. Alaska Time.
    69--Sole Source Intent Notification - F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation
    Buyer not available
    Presolicitation notice from the Department of Defense, Department of the Navy, for the procurement of F/A-18C/D Tactical Operational Flight Trainers (TOFTs) Upgrade and Relocation. The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to award a modification to a delivery order under Basic Ordering Agreement (BOA) N61340-12-G-0001 to L-3 Communications Corporation, Link Simulation and Training Division (L-3) Company. The procurement includes the upgrade and relocation of F/A-18C/D Storage Area Network (SAN) Configuration for TOFTs, Device 2F193 (Serial Numbers 25/26/27) from NAS Lemoore, CA to Marine Corps Air Station (MCAS) Iwakuni, Japan, Technical Product Office (TPO) Naval Air Station (NAS) China Lake, CA, and L-3 Facility Arlington, TX. The procurement also involves the removal and delivery of existing Brief/Debrief Station (BDS) currently at NAS Lemoore to MCAS Iwakuni. This sole source procurement is pursued under statutory authority of 10 U.S.C. (c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1. No solicitation documents are available. For more information, contact Ricardo Elias at 407-380-4101 or Ricardo.L.Elias@navy.mil.
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is announcing a sole source presolicitation for a contract focused on the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, which is critical for maintaining operational readiness and support for existing military systems. The initiative underscores the government's commitment to enhancing military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.
    6910 - The Contracting Department, NAVSUP Fleet Logistics Center (FLC), Norfolk, VA intends to award a sole source contract to Amtek Company under FAR Part 13
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center in Norfolk, VA, intends to award a sole source contract to Amtek Company for the procurement of specific training aids. This contract will cover the acquisition of the DAC Worldwide Kingsbury Thrust Bearing Model, Gas Turbine Model, and Valve Cutaway Assortment, which are essential for training and educational purposes within the Navy. The solicitation for this firm fixed price contract will be available for download on the NECO and SAM websites around March 13, 2025, and interested vendors must ensure they are registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, potential contractors can contact Bridget Fleming at 757-443-1396 or via email at bridget.a.fleming.civ@us.navy.mil.
    Notice of Intent to Lockheed Martin Corporation
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center at Holloman AFB, New Mexico, intends to award a sole source firm-fixed price purchase order to Lockheed Martin Corporation for the development of a Tactical Aircraft test sled internal cockpit cooling system. This system is crucial for enhancing testing capabilities, ensuring effective temperature regulation during ejection seat and manikin operations, and maintaining critical component temperatures within specified limits. The anticipated award date is April 14, 2025, and while this is not a request for competitive proposals, the Government welcomes capability statements or quotes from other responsible sources by March 21, 2025. Interested parties should submit their information electronically to the designated Contract Specialist, Nathan Jaye, at nathan.jaye@us.af.mil, or Brett Moore at brett.moore.6@us.af.mil.
    Intent to Award Sole Source: Smart Tactical Radios
    Buyer not available
    The Department of Defense, specifically the Air Force, intends to award a sole source contract to Persistent Systems LLC for the procurement of MPU5 radios, antennas, and associated equipment to enhance operations at Wright-Patterson Air Force Base (WPAFB) in Ohio. This procurement supports the Base Oversight of Autonomous Response (BOAR) program, which aims to facilitate autonomous small Unmanned Aerial Systems (sUAS) operations for tasks such as monitoring and emergency responses. The selected equipment must meet specific technical specifications and be compliant with Defense Federal Acquisition Regulation Supplement standards, with delivery expected to occur without the need for contractor training or installation. Interested parties may submit capability statements or comments by March 14, 2025, and must be registered with the System for Award Management (SAM) to be eligible for the contract. For further inquiries, contact Yusheng Chou at yusheng.chou@us.af.mil or Kareem Beckles at kareem.beckles.1@us.af.mil.
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to issue a sole source purchase order for an x-ray software image inspection system at the McAlester Army Ammunition Plant. This procurement requires the original installer, VJ Technologies Inc, to provide proprietary software that is compatible with the existing x-ray system, ensuring uniform compatibility and performance. The purchase will be conducted under 'other than full and open competition' as authorized by FAR 6.302-1, and this notice is not a request for offers. For further inquiries, interested parties may contact Andrea Jones at andrea.jones36.civ@army.mil.
    Sole Source Helitune
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Corpus Christi Army Depot, is seeking to award a sole-source contract to Helitune, Inc. for the maintenance and calibration of the Helitune WhirlTrak System, which is vital for ensuring helicopter rotor blade quality control. The contract encompasses annual calibration, preventative maintenance, spare parts provisioning, and on-site repair services, structured as a Hybrid Firm-Fixed Price/Time and Material contract with a base year and two additional option years. This procurement is critical as Helitune, Inc. is the only vendor with the proprietary rights and expertise necessary to maintain the system according to OEM specifications, ensuring compliance with safety standards. Interested parties can contact Carlos Bernal at carlos.s.bernal.civ@mail.mil for further information, with proposals due by November 8, 2024, at 4:00 PM.
    ARCNET Licenses
    Buyer not available
    The Department of Defense, specifically the Marine Forces Reserve, intends to award a sole source contract to Advanced Simulation Technology, Inc. for the procurement of ARCNET Licenses, which include an advanced audio and communications solution known as Voisus. This technology is designed for simulation and training environments, featuring high-fidelity simulated radios, speech recognition, environmental sound generation, and integration with various communication systems to support distributed operations across military networks. The contract is expected to be awarded by March 31, 2025, and while it is primarily a sole-source procurement, interested parties are invited to submit capability statements by March 24, 2025, to explore potential competition. For inquiries, contact Andrew Dugan at andrew.dugan@usmc.mil or Parren Tatum at parren.tatum.civ@usmc.mil.
    Procurement of 014525179/DRIVE UNIT,HYDRAULI
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a hydraulic drive unit under the presolicitation notice titled 'Procurement of 014525179/DRIVE UNIT, HYDRAULIC'. This procurement is anticipated to be a sole source acquisition from Woodward HRT Inc., as the agency expects to receive a single acceptable offer from this source; however, other capable firms may express interest if they comply with the controlling drawings for the item. The hydraulic drive unit is crucial for aircraft operations, falling under the category of aircraft hydraulic, vacuum, and de-icing system components. Interested parties can reach out to Christophe M. Kilcourse at (215) 697-3992 or via email at CHRISTOPHER.KILCOURS@NAVY.MIL for further inquiries regarding this opportunity.