152 AW Secondary Crash Net Repair
ID: W50S8C25SS001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NM USPFO ACTIVITY NVANG 152RENO, NV, 89501-4494, USA

NAICS

Telephone Apparatus Manufacturing (334210)

PSC

IT AND TELECOM - NETWORK: ANALOG VOICE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7G20)

Set Aside

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

    The Department of Defense, specifically the Nevada Air National Guard, intends to award a sole source contract for the repair and replacement of a secondary crash net operations system. This procurement is essential for maintaining operational readiness during airfield-related emergencies, such as in-flight crises and severe weather alerts, as mandated by Air Force regulations. The existing system is critical for ensuring safety and effective response during emergencies, and the selected contractor will be responsible for delivering and installing the necessary repairs as soon as possible. Interested firms are encouraged to submit their technical capabilities and relevant information to Alex Norris at alex.norris@us.af.mil or Keith Trimble at keith.trimble.1@us.af.mil by the specified deadline, as this is a total small business set-aside under NAICS Code 334210.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    99 CES Barrier Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the maintenance and repair of vehicle barrier systems at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary personnel, equipment, and services to ensure the effective operation of these systems, which include various components such as actuators, control systems, and safety loops. This procurement is critical for maintaining security infrastructure at military installations, ensuring the safety and functionality of vehicle barriers. Proposals are due by October 28, 2024, and interested parties should direct any questions to Lisa Hallberg at lisa.hallberg.1@us.af.mil. The contract is set to span from December 25, 2024, to December 24, 2029, with a total estimated value of $275,000.
    99 CES COCESS Recompete
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the operation of a Contractor Operated Civil Engineer Supply Store (COCESS) at Nellis Air Force Base in Nevada. The contractor will be responsible for providing all necessary labor, materials, equipment, and customer service to support construction and maintenance activities for authorized government personnel, ensuring efficient inventory management and compliance with government policies. This procurement is critical for maintaining operational readiness and infrastructure upkeep, with a total small business set-aside under NAICS code 332510. Interested contractors must submit their proposals by the updated deadline of October 18, 2024, and can direct inquiries to Tiffany Jones at tiffany.jones.33@us.af.mil or Edwin Gutierrez at edwin.gutierrez.1@us.af.mil.
    15--PANEL UNIT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of three units of a panel unit, identified by NSN 7R-1560-016881567-P8, which requires repair or modification. This procurement is critical for maintaining airframe structural components, and the government intends to solicit and negotiate with only one source under FAR 6.302-1, indicating a specialized requirement. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, with the understanding that the government may not compete this contract based on the responses received. For further inquiries, interested vendors can contact Carolyn A. Clark at (215) 697-1073 or via email at CAROLYN.A.CLARK30.CIV@US.NAVY.MIL.
    Intent to Sole Source: Ninja TRX System Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the 4th Contracting Squadron, intends to award a sole-source contract to Black River Systems Inc. for essential Ninja TRX System Support. This equipment is crucial for maintaining effective communication systems at Seymour Johnson AFB in North Carolina. The proposed 12-month contract, worth an estimated $199,500, will be awarded once the government has concluded that Black River Systems Inc. is the only company capable of meeting their specialized requirements. For inquiries, contact Sarah Derringer at sarah.derringer@us.af.mil.
    REPAIR NSN: 7R1615012429588
    Active
    Dept Of Defense
    The Department of Defense, specifically the NAVSUP Weapon Systems Support, is seeking a sole source procurement from Triman Industries Inc. for the repair of nine units of the Actuator, Fold, Main, identified by NSN 7R1615012429588. This procurement is critical as it involves specialized components essential for military aircraft operations, and the government lacks sufficient data to contract with alternative sources. Interested parties must submit their capabilities and qualifications to Alexis K. Healy via email by the specified deadline, with the anticipated award date set for December 2024. This opportunity is not a Total Small Business Set-Aside, and electronic submission procedures will be utilized for the solicitation.
    166 CES Fire Win 11 Technology Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking a contractor to provide and install critical technology upgrades for the 166 CES Fire Department at New Castle Air Base. The procurement involves the replacement and installation of specific equipment, including CPUs, monitors, and uninterruptible power supply (UPS) units, which are essential for the integration with existing proprietary Monaco systems that monitor fire alarms and suppression systems. This sole-source contract with Monaco Enterprises Inc. is justified due to their exclusive ownership of the necessary software and technical capabilities, ensuring compatibility and efficiency in emergency response operations. Interested parties can contact Brian Powell at brian.powell.6@us.af.mil or 302-323-3347 for further information regarding this total small business set-aside opportunity.
    2025 Air Show Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for logistical support services for the 2025 Aviation Nation Air Show at Nellis Air Force Base, Nevada. The contractor will be responsible for managing essential logistics, including the assembly of tent complexes, seating arrangements, and equipment for approximately 200,000 attendees, while ensuring compliance with safety standards and accessibility requirements. This procurement is critical for the successful execution of a large-scale military event, emphasizing the need for structured logistical operations. Interested small businesses must submit their quotes by October 25, 2024, and are encouraged to RSVP for a site visit scheduled for October 8, 2024. For further inquiries, contact 1st Lt Vincent McDonough at vincent.mcdonough.2@us.af.mil.
    Repair of Communication Modem on the E4-B Pacer Link
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the repair of the communication modem on the E-4B Pacer Link. This procurement involves a one-time fixed quantity repair contract for 12 units of National Stock Number (NSN) 5895-01-311-1185BY, with Elbit America, Inc. identified as the only responsible source for this requirement. The repair is critical for maintaining the operational capabilities of communication systems used by the Air Force. Interested parties should note that the solicitation is expected to be issued on October 18, 2024, with quotes due by November 18, 2024. For further inquiries, contact Michael D. Turk at michael.turk.6@us.af.mil or Diana Washington at diana.washington@us.af.mil.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    Repair of Data Concentrator
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking repair services for a Data Concentrator used in aircraft S-70. The repair will be sourced from ROCKWELL COLLINS - MISSIONS. This is a sole source procurement as ROCKWELL COLLINS is the Original Equipment Manufacturer (OEM) and the only known source for providing repair support for this item. Interested parties may submit a capability statement, proposal, or quotation for consideration. The contract duration will be 1 year and UID requirements and Buy American Clauses will apply. The Government intends to use FAR Part 15 and FAR Part 12 procedures for this acquisition. This notice is not a request for competitive proposals, but all proposals received within 45 days will be considered. This procurement is not a Total Small Business Set-Aside. Interested organizations can submit their capabilities and qualifications to Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil.