BAK-12 Arresting System Spare Parts Single Source Notice
ID: FA441924Q0063Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT LANDING EQUIPMENT (1710)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document serves as a Single Source Justification for the procurement of BAK-12 system spare parts, specifically stating that these parts must be sourced from the original equipment manufacturer. The 188th Contracting Office previously attempted to procure similar parts but received no responses after a 15-day posting for competition. To ensure transparency, this justification will be published on SAM.gov for another 15 days, inviting other contractors to express interest, which will inform the decision to pursue competitive procurement or continue with a sole-source contract. The contracting officer, Kelsey L. Brightbill, confirms that there is currently no alternative source available, in line with FAR regulations. Furthermore, steps are described to enhance familiarity with newly acquired equipment to potentially identify equivalent parts in the future, aiming to reduce reliance on single-source awards. This document reflects the government’s compliance with competitive procurement processes while addressing the specific needs of military equipment maintenance.
    The document outlines the justification for a single source procurement for specific parts needed for the BAK-12 Aircraft Arresting System at Ebbing ANGB, AR. It identifies Curtiss-Wright Flow Control Service as the original equipment manufacturer (OEM) required for these components, asserting that other vendors would void warranties and risk system damage. Despite efforts to find competitive options, a recent sole source posting received no responses, leading to the decision to solicit from this single source. The contracting officer, Kelsey L. Brightbill, determined that only this vendor is reasonably available per FAR regulations. To prevent future single source awards, the government aims to become more familiar with the new equipment and potentially identify equivalent parts. The justification will be published on SAM.gov for 15 days to seek other contractor interest before proceeding.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    17--BARREL ASSEMBLY,AIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a Barrel Assembly, Air, classified under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. This solicitation seeks new manufacture spare parts that are critical for aircraft landing equipment, emphasizing the importance of quality and compliance due to the flight-critical nature of the components. Interested vendors must submit their quotes, including unit prices and lead times, by the specified closing date, with proposals remaining valid for a minimum of 120 days. For further inquiries, potential offerors can contact Katlyn Galetto at 215-697-6549 or via email at katlyn.m.galetto.civ@us.navy.mil.
    Spare Buy (Supply) for the B-52 Pilot Valve
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of 63 B-52 Pilot Valves, identified by NSN: 1660-00-949-9895. This procurement is critical for maintaining the operational readiness of military aircraft, ensuring that essential components are available for effective performance. Interested vendors must complete a Source Approval Request (SAR) package to be considered, with quotations due by September 25, 2024. For further inquiries, vendors can contact David O'Rourke at david.orourke@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil.
    Bead Breaker
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 3MXS Bead Breaker, essential for the maintenance of aircraft wheel assemblies at Joint Base Elmendorf-Richardson (JBER) in Alaska. This equipment is critical for rapidly disassembling aircraft wheels and tire assemblies, specifically for C-17, E-3, and F-22 aircraft, and must meet specific technical requirements including a 60,000 lb capacity and compatibility with wheels up to 22 inches in size. Interested vendors are required to submit their quotes by September 20, 2024, and must ensure compliance with federal procurement guidelines, including maintaining current registrations in the System for Award Management (SAM). For further inquiries, vendors can contact William Gentry at william.gentry.8@us.af.mil or SSgt Jake P Montalbano at jake.montalbano@us.af.mil.
    15--FAIRING,AIRCRAFT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for aircraft fairings from The Boeing Company on a sole source basis. The specific requirement involves the repair of two units of NSN 7R-1560-016599590-P8, with no available drawings or data for alternative sources, as Boeing is the Original Equipment Manufacturer (OEM) and the only known source for this repair part. This procurement is critical for maintaining the operational readiness of military aircraft, and interested parties must submit their capabilities and qualifications to the primary contact, Dylan E. Payne, via email by the specified deadline, with the anticipated award date set for March 2025.
    15--PROBE,REFUELING,AIR, 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 to procure repair services for a refueling probe for the F/A-18E/F/G aircraft. The procurement involves a sole source solicitation with The Boeing Company, the Original Equipment Manufacturer, for the repair of the specific part identified by NSN 7R-1560-015253475-QF, with a quantity of one unit required. This component is critical for the operational readiness of the aircraft, and the government does not possess the necessary data to source it from alternative suppliers. Interested parties must submit their capability statements to the primary contact, Jessica T. Grzywna, via email by October 28, 2024, with the anticipated award date set for November 12, 2024.
    1680 - FMS Repair of BLD AIR SHUTOFF VLVZ (1 unit)
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking contractors to repair one unit of BLD AIR SHUTOFF VLVZ for the country of Japan. The procurement involves providing labor, materials, and facilities necessary to restore the specified aircraft component, which is critical for the operational readiness of the E-2 aircraft. The government intends to solicit only one source, Northrop Grumman Systems Corporation, due to the lack of available data for repairs or manufacturing, but will consider proposals from all responsible sources submitted within five days of the notice. Interested parties should contact Ethan Stein at 215-697-2983 or via email at ethan.stein@navy.mil for further details and must comply with the Source Approval requirements outlined in the NAVSUP-WSS Source Approval Information Brochure for Repair.
    15--FLAP ASSY, 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 to procure a repair/modification for the FLAP assembly, identified by NSN 7R-1560-014560025-KB. The procurement involves a quantity of one unit, with delivery terms set to FOB Origin, and the government currently lacks sufficient data to purchase this part from sources other than the current supplier. This component is critical for airframe structural integrity, and the government intends to solicit and negotiate with only one source under FAR 6.302-1, although all responsible parties may express their interest and capability to respond. Interested vendors should contact Joshua J. Seltzer at (215) 697-3563 or via email at joshua.j.seltzer@navy.mil, with proposals due within 45 days of the notice publication.
    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.
    F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, intends to award a modification to Contract N6893624D0006 for the F/A-18E/F Infrared Search and Track System (IRST) System Test Asset Rapid Repair (ISTARR). This modification will focus on diagnostic examinations and repairs of the IRST Block II Weapons Replaceable Assemblies (WRA) Infrared Receiver (IRR) and Processor, ensuring the operational status of test assets with anomalies and maintaining their viability for testing activities. Lockheed Martin, as the sole designer and manufacturer of these components, possesses the necessary expertise and data to perform the required repairs. Interested firms may submit capability statements to the primary contact, Ciera Wood, at ciera.l.wood.civ@us.navy.mil, with a response deadline set for March 2025.