Big Top Cover
ID: FA930125R0003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

AIRCRAFT PROPELLERS AND COMPONENTS (1610)
Timeline
    Description

    The Department of Defense, specifically the United States Air Force Test Center at Edwards AFB, California, intends to issue a sole source contract to Big Top Manufacturing for the provision of Sunshades designed to protect aircraft from harsh weather conditions. The procurement is justified under FAR 13.501(a) due to Big Top being the only vendor capable of meeting the specific size and installation requirements outlined in the Statement of Work, which includes the ability to withstand 110MPH winds and seismic loads while ensuring a uniform appearance in accordance with base design standards. The Sunshades are critical for maintaining aircraft in optimal conditions, thereby enhancing the efficiency of ground crew operations and reducing maintenance needs. Interested parties may submit capability statements or inquiries to the primary contact, Cinthia Arias, at cinthia.arias@us.af.mil, or the secondary contact, Eric Romero, at eric.romero.11@us.af.mil, within five calendar days of this notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Big Top Cover
    Currently viewing
    Special Notice
    Similar Opportunities
    Eastern Range Launch Pad Lightning Warning System Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Lightning Warning System for the Eastern Range Launch Pad through a sole source justification. This procurement aims to enhance safety measures by implementing a reliable lightning warning system that is critical for operations at the launch pad. The system is categorized under IT and Telecom application development software, indicating its technological significance in ensuring operational readiness and safety during launch activities. Interested parties can reach out to Edwin Baldomero at edwin.baldomero.1@spaceforce.mil or call 321-494-5560 for further details regarding this opportunity.
    Notice Type: Synopsis of Contract Action –REPAIR OF F-22 RAPTOR OVERHEAD CRANE MECHANISM
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force Test Center, intends to issue a sole source contract for the repair of the F-22 Raptor overhead crane mechanism, with East/West Industries, Inc. identified as the only responsible source for the required parts. The procurement aims to secure specific crane repair parts necessary for maintaining the operational capabilities of the overhead crane system at Edwards Air Force Base in California. This contract is critical for ensuring the safety and functionality of the crane, which is integral to the maintenance and operation of the F-22 Raptor aircraft. Interested vendors who believe they can meet the requirements are encouraged to submit a technical package, while all inquiries should be directed to Ms. Paola D. Diaz or Ms. Jenna A. Jacobson via email, as no telephone responses will be accepted. The period of performance is expected to be 180 days from the contract award date, which is yet to be determined.
    Notice of Intent to Sole Source to Brigham Young University
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force at Vandenberg Space Force Base, intends to award a sole source contract to Brigham Young University for the acquisition of sonic boom acoustic monitoring stations and the analysis of measured acoustic data. This procurement aims to address the need for long-term and short-term monitoring of ascent sonic booms and launch noise, utilizing proprietary software that only Brigham Young University possesses, which is essential for processing and analyzing the data collected from Government-owned monitoring stations. The contract is expected to be a firm fixed price for a duration of one year, with a business size standard of $19 million under NAICS code 541690. Interested parties may submit capability statements or proposals by 10:00 AM PST on December 17, 2025, to the primary contacts, SSgt Deywan Hunt and Scott Yeaple, via their provided email addresses.
    Building 254 Roll-Up Door #2
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a roll-up door for Building 254 at Little Rock Air Force Base in Arkansas. This procurement is classified as a sole source requirement, indicating that the goods are essential and can only be provided by a specific supplier, as detailed in the attached justification document. The roll-up door is a critical component for maintaining operational efficiency and security at the facility. Interested parties can reach out to Ryan Wagner at ryan.wagner.10@us.af.mil or by phone at 501-987-3842 for further information regarding this opportunity.
    Helicopter Hangar Door Parts
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Mid Atlantic Regional Maintenance Center, is seeking to procure helicopter hangar door parts through a firm-fixed-price (FFP) contract. This procurement is justified on a sole source basis under the authority of 13.106-1(b)(1)(i), indicating that the parts are essential for maintaining operational readiness and safety of naval aviation facilities. The contract falls under the category of marine hardware and hull items, highlighting the critical nature of these components in supporting naval operations. Interested vendors can reach out to Morgan Alvey at morgan.alvey@navy.mil or by phone at 757-400-0330 for further details regarding this opportunity.
    Combined Synopsis / Solicitation W912CH-24-R-0214 for One-Sided Expandable Shelter for the Armament Repair Shop Set (ARSS) and Metal Working and Machining Shop Set (MWMSS)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is issuing a Combined Synopsis/Solicitation for the procurement of One-Sided Expandable Shelters for the Armament Repair Shop Set (ARSS) and Metal Working and Machining Shop Set (MWMSS). This contract is a Firm Fixed Price (FFP) Small Business Set Aside (SBSA) Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total duration of ten years, including five ordering years and five one-year option years, requiring a minimum of one and a maximum of nine hundred and forty shelters. These shelters are critical for supporting military operations and maintenance activities, with the first delivery expected 180 days after the award of the first delivery order. Interested vendors must register in the Procurement Integrated Enterprise Environment (PIEE) and submit proposals via the PIEE Solicitation Module, with further details available through the provided training resources. For inquiries, contact Sean Cotten at sean.m.cotten.civ@army.mil or Lynn M. Byrne at lynn.m.byrne.civ@army.mil.
    FA821226Q0315 SOLICITATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to solicit and negotiate a sole source contract for a DISK CARTRIDGE (NSN 7045016270971WF) from ELBITAMERICA, INC. This procurement is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements due to the lack of available technical data. The DISK CARTRIDGE is critical for operational capabilities, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For further inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    Sources Sought Tremco Alpha Grade
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice for potential suppliers of roofing repair polyurethane coating, similar to Tremco AlphaGrade, for use at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The procurement aims to identify small businesses capable of providing a coating that adheres effectively to existing roofing materials, dries rapidly, and allows for efficient application without extensive preparation, thereby minimizing labor and waste. This opportunity is crucial for maintaining the integrity of roofing systems, ensuring they remain durable and weatherproof. Interested parties are encouraged to submit a brief description of their business size and capabilities to the primary contact, Art Louie Lesaca, at artlouie.lesaca.1@us.af.mil, or to 1st Lt Hunter Bailey at hunter.bailey.5@us.af.mil, by the specified deadlines, as further information will be disseminated through SAM.gov.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.