Notice of intent to sole source (5) BA-30 Emergency Egress Parachute Bailout Systems from Butler Parachute Systems (BPS), Inc.
ID: FA252124QB157Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2521 45 CONS LGCPATRICK SFB, FL, 32925-3237, USA

NAICS

All Other Miscellaneous Textile Product Mills (314999)

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 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.

    Files
    Title
    Posted
    This document serves as a Single Source Justification for the procurement of five BA30 Emergency Egress Parachute Systems designated for HC-130J aircraft, intended to support additional aircrew personnel or potential passengers. The purchase request, initiated by the 45th Contracting Squadron, emphasizes the need for an approved system that ensures safety as indicated by the Safe-to-Fly designation from the USAF’s Human Systems Division. The justification for selecting a single source supplier, Butler Parachute Systems, is based on extensive market research that found no other qualified vendors. Although the General Services Administration offers a training version, it does not meet operational specifications. The document concludes that Butler is the only authorized supplier for this critical equipment, allowing the contracting officer to confirm the necessity of a sole source acquisition in line with FAR regulations, thus eliminating any potential for competition. This summary underscores the focused approach of the government in ensuring safety and compliance in contracting for specialized military equipment.
    The 45th Contracting Squadron announces a sole source requirement for (5) BA30 Emergency Egress Parachute Bailout Systems for HC-130J aircraft, referencing request FA252124QB157. This intent aligns with FAR 13.106-1(b)(1) and identifies Butler Parachute Systems, Inc. as the sole source capable of meeting the unique specifications necessary to support the Space Force Delta 45 launch mission. Market research confirmed BPS, Inc. as the sole manufacturer and distributor of the needed systems. A Justification & Approval document accompanies this announcement, and it operates under the NAICS code 314999. While this notice isn’t a request for competitive quotes, the government welcomes capability statements or proposals from other sources by the deadline of September 10, 2024, at 12:00 p.m. EDT. Interested parties are advised that the U.S. government will not cover any expenses incurred in response to this notice. All correspondence must be directed to the designated email address provided in the notice.
    Similar Opportunities
    (6) Pneumatic line throwers - See attached Brand Name Justification(BNJ)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure six pneumatic line throwers and three compatible training projectiles for the 45 Security Forces Squadron at Patrick AFB, Florida. These devices are essential for enhancing the Marine Patrol Unit's rescue capabilities, designed to deploy an auto-inflating flotation sling and retrieval line in aquatic environments without the use of pyrotechnics, ensuring safety and cost-effectiveness. The procurement is classified as a Total Small Business Set-Aside, with a focus on acquiring high-quality safety equipment that meets specific technical requirements, and interested vendors must submit their offers by September 18, 2024, while inquiries should be directed to Lance Brenchley or Yolanda A. Butler at 45cons.pkb.email@us.af.mil by September 16, 2024.
    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.
    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.
    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.
    CROSS PARACHUT, LCLA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking bids for the procurement of 5,001 units of the LCLA CROSS PARACHUT (NSN 1670-01-551-5433) under contract number PR 7008471426. This solicitation is categorized as other than full and open competition, indicating a restricted bidding process, and the part number for this item is P/N 11-1-7059-1, with a required delivery timeline of 306 days after receipt of order (ARO). The CROSS PARACHUT is essential for military operations, and the contract award will consider factors such as price and past performance. Interested bidders can access the solicitation on the DIBBS website starting September 3, 2024, and should note that hard copies will not be provided. For further inquiries, contact Michelle R. Scott at michelle.r.scott@dla.mil or 804-297-7580.
    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.
    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.
    HARNESS, PERSONNEL P
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting bids for the procurement of 2,839 units of Personnel Harnesses (NSN 1670-00-486-4891) under solicitation number 24R0864. This total small business set-aside contract requires delivery within 360 days after receipt of order (ARO), with the specified part number being P/N 68J420-101. The solicitation is crucial for supplying essential military equipment, and interested vendors can access the solicitation documents via the DIBBS website starting September 12, 2024. For further inquiries, potential bidders may contact Michelle R. Scott at mrsama@hotmail.com or Adrienne Davis at Adrienne.Davis@dla.mil.
    Modular Aircrew Restraint, Back and Leg Support (MARBLES) and B-52 Advanced Seat Cushion (B-52 ASC) - Amendment 1 Including CSB-002 Rev A
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking information from potential vendors regarding the Modular Aircrew Restraint, Back and Leg Support (MARBLES) and the B-52 Advanced Seat Cushion (B-52 ASC) systems. The objective of this Request for Information (RFI) is to identify innovative and cost-effective solutions that enhance aircrew comfort, resilience, and safety, addressing the limitations of current systems that have been in use since the 1960s. The MARBLES system will include components such as a torso harness, seat cushions, back cushions, and lumbar pads, while the B-52 ASC will focus on seat cushions, both requiring compatibility with existing aircraft without modifications. Interested parties must submit their responses by October 11, 2024, and can direct inquiries to Colin Cochran at colin.cochran@us.af.mil or Mr. James D. Connell IV at james.connell@us.af.mil.
    10--CHUTE,EJECTION
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 41 units of the Ejection Chute (NSN 1005015621119). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of six. The Ejection Chute is critical for military operations, and items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.