Intent to Sole Source Russ Bassett Slatwall Consoles
ID: FA527024QB023Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5270 18 CONS PKAPO, AP, 96368-5199, USA

NAICS

Office Furniture (except Wood) Manufacturing (337214)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the procurement of Russ Bassett Slatwall Consoles at Kadena Air Base in Okinawa, Japan. This procurement aims to replace existing end-of-life equipment and modify the placement and housing for air traffic control workstations, ensuring that the new consoles meet the operational needs of air traffic control specialists. The Russ Bassett consoles are recognized for their precision manufacturing and design, tailored specifically for radar approach control applications, and have been successfully implemented at various Air Force bases across the United States. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Anthony Torres at anthony.torres.37@us.af.mil or Jash Ancheta at jash_mikyle.ancheta@us.af.mil. The project emphasizes effective communication and collaboration, with a focus on timely completion and operational efficiency.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) for Kadena AB outlines the contractor's responsibilities for providing slatwall console solutions, including project management from initial meetings to installation and training. The contractor will conduct a kick-off meeting to discuss project details, followed by a design review to finalize specifications. Key tasks involve shipping equipment to a government-approved site, installing consoles with minimal operational disruption, and ensuring readiness through optimization and testing. The contractor must also conduct training for Kadena AB personnel, develop system documentation, and manage the installation process to protect government property. Kadena AB is responsible for granting site access, providing necessary permits and resources, and facilitating meetings. The project emphasizes effective communication and collaboration to achieve timely completion, with an experienced Program Manager overseeing the project’s milestones and updates. This document is part of a federal RFP process aimed at acquiring skilled contractors for the successful deployment and integration of specialized equipment at military installations. It encapsulates the structured approach needed for ensuring operational efficiency and safety during implementation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    CCSFS Missile Warning Operations Center Workstations
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking proposals for the modernization of workstations at the Cape Cod Space Force Station's Missile Warning Operations Center (MWOC). The project entails providing four height-adjustable, modular workstations designed to enhance operational efficiency and comfort for personnel engaged in missile warning, missile defense, and space domain awareness missions. These workstations will accommodate multiple monitors, laptops, and phone systems, reflecting the critical need for ergonomic and functional solutions in a 24/7 operational environment. Proposals are due by September 23, 2024, and interested contractors should direct inquiries to Maggie Main at maggie.main@us.af.mil or Alexis Croone at alexis.croone@us.af.mil, ensuring compliance with all submission guidelines and requirements outlined in the solicitation documents.
    ECC Dispatch Consoles
    Active
    Dept Of Defense
    The Department of Defense, specifically the 17th Contracting Squadron at Goodfellow Air Force Base in Texas, is soliciting proposals for the procurement of Emergency Communication Center (ECC) Dispatch Consoles. The project involves the removal of existing workstations and the installation of new ergonomic E-911 workstations at both primary and alternate ECC locations, ensuring compliance with operational requirements for emergency response. This procurement is particularly significant as it aims to enhance the capabilities of emergency communication systems, thereby supporting critical operations. Interested small businesses, especially Women-Owned Small Businesses (WOSB), must submit their quotes by 12:00 PM CDT on September 24, 2024, and direct any inquiries to Christopher Mendoza at christopher.mendoza.17@us.af.mil or Ryan Ramjit at ryan.ramjit.2@us.af.mil.
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.
    F-22 Tier 2 Parts Racks & Horizontal Stabilator Dollies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of five Tier 2 Parts Racks and four Horizontal Stabilator Dollies for the F-22 aircraft, aimed at enhancing maintenance operations within the 309th Aircraft Maintenance Group. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) approach, with a firm fixed price structure, emphasizing compliance with federal regulations and quality standards. These specialized racks and dollies are critical for preventing damage to aircraft coatings during maintenance and facilitating the transport of Horizontal Stabilator units. Interested parties must submit their proposals by the specified deadlines, and for further inquiries, they can contact Jason Neering at jason.neering@us.af.mil or Angie Poll at angela.poll@us.af.mil. The initial prototype is due within 150 days of contract award, and the solicitation documents, including updated drawings and specifications, are available for review.
    Reusable Universal Skid Boards (RUSB)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the procurement of Reusable Energy Absorbing Layer (REAL) and Reusable Universal Skid Board (RUSB) to Quality Research, Development & Consulting, INC., a women-owned small business. This acquisition aims to enhance the durability and adaptability of airlift operations, ensuring that airlift squadrons maintain proficiency and meet training and mission objectives effectively. The total estimated value of this procurement is under the Simplified Acquisition Threshold, with an anticipated award date of September 24, 2024, and interested parties are encouraged to submit documentation by September 19, 2024, at 7:00 PM EST for consideration. For further inquiries, interested individuals may contact SSgt Austin Meadows at austin.meadows@us.af.mil or Angelina Fletcher at angelina.fletcher.1@us.af.mil.
    Joint Combined Aircrew System Tester
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract for the procurement of one Joint Combined Aircrew System Tester (JCAST) at Wright-Patterson Air Force Base in Ohio. The JCAST is essential for testing integrated life support equipment used by aircrews, and it must meet specific technical specifications, including dimensions of 18.9” L x 28.8” W x 15.5” H and a weight limit of 120 lbs. The contractor is required to deliver the system within 180 days post-award, ensuring it is free from defects during the warranty period, and all products must be sourced from domestic or qualifying country manufacturers. Interested parties may submit capability statements or proposals by 1:00 PM EDT on September 20, 2024, and should direct inquiries to SrA Ata Mokari at ata.mokari@us.af.mil or by phone at 937-522-4503.
    JBER Kodiak Child Development Center Intercom Replacement and Installation
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the replacement and installation of a new intercom system at the Kodiak Child Development Center located on Joint Base Elmendorf-Richardson (JBER) in Alaska. The project requires contractors to provide all necessary materials, labor, and equipment to ensure compliance with the Statement of Work (SOW) and price schedule, with a focus on enhancing communication capabilities within the facility. This procurement is critical for maintaining safety protocols and operational efficiency, as the existing system is inoperable and affects daily operations and emergency procedures. Interested contractors must submit their proposals by 2:00 PM Alaska Standard Time on September 23, 2024, and are encouraged to attend a pre-proposal site visit on September 17, 2024, with prior clearance required for base access. For inquiries, contact John F. Gosh at john.gosh@us.af.mil or Beau Burton at beau.burton@us.af.mil.
    LRS Shelving Installation
    Active
    Dept Of Defense
    The Department of Defense, through the 35th Contracting Squadron at USAF Misawa Air Base in Japan, is soliciting proposals for the installation of LRS shelving systems as part of a non-personal service contract. The contractor will be responsible for the removal of existing shelving, installation of Ban AIR Inc. shelving systems, and ensuring compliance with safety and legal regulations throughout the process. This project is critical for enhancing the operational capacity of the base's logistics readiness, ensuring efficient space utilization and adherence to military standards. Interested contractors must submit their proposals by September 16, 2024, and are required to be registered in the System for Award Management (SAM) and comply with electronic payment processes through Wide Area Workflow (WAWF). For further inquiries, contact Augustine Perez at augustine.perez.2@us.af.mil or Elijah Braly at elijah.braly@us.af.mil.
    Movement and Maintenance of Government Furniture and Appliances at Naval Air Facility (NAF) Atsugi
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract focused on the movement and maintenance of government furniture and appliances at the U.S. Naval Air Facility (NAF) Atsugi, Japan. The contractor will be responsible for providing all necessary personnel, equipment, and services to ensure efficient logistics support, including pickup, delivery, cleaning, and maintenance of various government-issued items, while adhering to applicable Japanese laws and regulations. This initiative is crucial for maintaining operational efficiency and supporting military personnel and their families, with a contract value ranging from JPY 100,000 to JPY 400,000,000 over five ordering periods from 2025 to 2029. Interested contractors must submit their proposals by October 7, 2024, and can direct inquiries to Kenji Urasaki at kenji.urasaki.jp@us.af.mil or Ken Sato at ken.sato.jp@us.af.mil.