97 OSS Offset Localizer - Single Source Award
ID: FA441924Q0062Type: Special Notice
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
    Description

    The Department of Defense, specifically the 97 Contracting Squadron of the Department of the Air Force, is seeking to procure equipment for the repair of an offset localizer at Altus Air Force Base in Oklahoma. The procurement is intended to address the critical need for reliable aviation systems that guide aircraft to runway centerlines during low visibility conditions, with the equipment exclusively sourced from Indra Air Traffic Inc. due to their proprietary technology, which is essential for maintaining aviation safety standards. Interested vendors must submit a capability statement by September 12, 2024, at 1:30 PM CST, via email to the primary contacts, Cole Santee and Mohamed Dharas, as no competitive proposals will be accepted for this single-source award.

    Files
    Title
    Posted
    The document titled "Single Source Justification (Simplified Acquisition)" outlines a process used by a federal entity to justify the selection of a single-source provider for a contract rather than opening it to competitive bids. This justification is crucial for ensuring compliance with procurement regulations while efficiently acquiring goods or services deemed essential. In the context of government RFPs, this file suggests that the agency has identified a unique capability or specific qualifications of the vendor that justify this non-competitive approach. The justification likely includes evaluations of existing contracts, costs, and the vendor's specialized expertise. By articulating these points clearly, the documentation aims to demonstrate due diligence and accountability in government spending and decision-making processes associated with federal grants and state/local solicitations.
    The document outlines the salient characteristics and specific requirements for an Offset Localizer system essential for guiding aircraft to runway centerlines during low visibility or inclement weather. It specifies that the required technology is exclusively sourced from Intra Air Traffic Inc, as the manufacturer retains proprietary control, rendering alternative suppliers incapable of meeting the agency’s needs. An equipment list includes components such as an Offset Combiner Assembly, various cable assemblies, and necessary ancillary installation parts. This information is crucial for governmental procurement processes, emphasizing the significance of proprietary technology in aviation safety. The focused nature of the request indicates a critical need for reliability and functionality in aviation systems designed to enhance safety standards.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    AN/MSN-7 Communication Central CLS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Contractor Logistics Support (CLS) for the AN/MSN-7 Communication Central System, also known as the Tower Restoral Vehicle (TRV). The contract aims to provide comprehensive maintenance and support for a fleet of eighteen AN/MSN-7 systems, ensuring operational readiness and compliance with a required operational availability rate of 98%. This system plays a critical role in providing deployable air traffic control services for the U.S. Air Force during deployment operations and temporary replacements of existing facilities. Interested vendors must submit their proposals electronically by September 24, 2024, at 12:00 PM CST, and can direct inquiries to Kimberly Simms at kimberly.simms.1@us.af.mil.
    Portable Navaid Receiver Purchase
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the purchase of two Portable Navaid Receivers (PNR) Model 7020, essential for the calibration and testing of the Ground Radar Navigation Instrument Landing System at Yokota Air Base in Japan. This procurement is critical for maintaining safe and efficient air traffic operations, as the specialized equipment provided by Thales is the only source capable of meeting the Air Force's stringent operational requirements. The anticipated award date for this contract is September 26, 2024, and interested parties who believe they can fulfill these requirements are encouraged to submit their capabilities and relevant company information to the primary contacts, Benjamin Warren and Austin Meadows, via the provided email addresses.
    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.
    Safran Data System - Sources Sought/Synopsis/Sole Source Award Intent Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the 509 Contracting Squadron at Whiteman Air Force Base, is seeking to procure telemetry equipment from Safran Data Systems for the B-2 aircraft. This procurement includes rugged data storage and control modules essential for airborne data collection during critical evaluations, with specific part numbers and quantities outlined in the opportunity notice. The equipment is vital for enhancing data sharing capabilities and ensuring operational readiness, as it integrates avionics data with range control rooms for engineering analysis. Interested vendors who believe they can meet the requirements are encouraged to submit a capability statement to the designated contacts, Christine Parsons and David T. Bartilson, by the specified response deadline. The estimated contract value is between the Simplified Acquisition Threshold and $750,000, with a delivery timeline concluding by December 31, 2025.
    F110 FDT Temperature Sensors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Firm Fixed Price contract for the remanufacture of F110 FDT Temperature Sensors, with the procurement process managed by the Air Force Sustainment Center at Tinker Air Force Base, Oklahoma. This opportunity is classified as a sole source requirement, indicating that only one responsible source can fulfill the contract, and interested offerors must be qualified prior to consideration for award. The F110 FDT Temperature Sensors are critical components used in aircraft engine fuel systems, ensuring operational safety and efficiency. Proposals are due by October 8, 2024, at 3:00 PM CST, and interested parties should direct inquiries to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@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.
    NOTICE OF INTENT TO AWARD SOLE SOURCE - Airfield Lighting Control System Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the maintenance of the Airfield Lighting Control System at Joint Base Andrews in Maryland. This procurement, authorized under 10 U.S.C. 3204(a)(5), aims to ensure the inspection and preventative maintenance of the airfield lighting system, which is critical for safe airport operations. The contract will be awarded to ADB Safegate, based in Columbus, Ohio, and interested parties are invited to submit their capability statements within five days of this notice. For further inquiries, interested vendors can contact Mara Scally at mara.scally@us.af.mil or Zachary Finley at zachery.finley.3@us.af.mil.
    F16AN_APG68_Dual_Mode_Transmitter_NSN5998013035871_PN785R537G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE F16ANAPG68DualModeTransmitterNSN5998013035871PN785R537G01: The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair and maintenance of the F-16 C/D APG-68 Dual Mode Transmitter. This service is typically used to ensure the proper functioning and compatibility of the transmitter with the F-16 weapon system. The place of performance for this procurement is Carlton Lndg, Oklahoma, United States. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211.
    Sources Sought- 460 CES Alerton Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force 460th Contracting Squadron, is seeking potential vendors for an annual software license to upgrade the Alerton Compass Ascent Compass 2.1 system at Buckley Space Force Base in Colorado. The primary objective of this procurement is to modernize the Energy Management Control System (EMCS) to ensure compliance with USAF network policies, enhance automation controls, and improve operational efficiency without disrupting ongoing operations. This upgrade is critical for maintaining mission readiness and adhering to stringent security and safety standards, including background checks for contractor personnel and compliance with OSHA regulations. Interested vendors must submit their capabilities statements and responses via email to the designated contacts by 2 PM MDT on September 22, 2024, with questions due by September 20, 2024.
    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.