LAFB UAS Netting Design and Prototype
ID: FA480025R0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4800 633 CONS PKPLANGLEY AFB, VA, 23665, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

INSTALLATION OF EQUIPMENT- MISCELLANEOUS (N099)

Set Aside

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

    The Department of Defense, through the 633d Contracting Squadron at Langley Air Force Base in Virginia, is seeking small business sources for the design and installation of Unmanned Aerial Services (UAS) netting for metal sunshades. The primary objective is to deter unauthorized drone intrusions near airmen and aircraft, starting with a prototype installation on one sunshade, which may lead to further installations on all forty-two sunshades on the East Ramp. This initiative is crucial for enhancing security and operational readiness at military installations. Interested parties must submit a capabilities package by 1200 hours EST on October 10, 2024, to the designated contacts, Matthew Gregg and Kenesha Y. Hargrave, with the design submission deadline set for October 30, 2024, and prototype installation completion by November 30, 2024.

    Files
    Title
    Posted
    The document outlines specifications for the "East Ramp Metal Sunshades," designed to accommodate aircraft operations. It details the dimensions of the sunshades, with the front measuring 31 feet in height and 70 feet in width, totaling 2,170 square feet. The back is slightly lower at 28 feet, also with a width of 70 feet, resulting in 1,960 square feet. These sunshades must feature retractable netting for efficient aircraft entry and exit, bringing the total square footage for both sides to 4,130 square feet. Additionally, it provides specifications for an F-22 aircraft, including a height of 16.7 feet, a wingspan of 44.5 feet, and a length of 62 feet. Overall, the document serves as a technical description aimed at guiding the development or improvement of infrastructural elements needed for efficient aircraft operations at the site. This information is likely relevant for federal or local RFPs pertaining to construction or renovation initiatives involving aviation facilities.
    The document outlines a project by the Department of the Air Force, specifically focusing on the construction of aircraft shelters at Langley Air Force Base in Hampton, Virginia. The project is referred to by the project number NUHJ 10-0032 and emphasizes adherence to building codes and guidelines including the 2018 International Building Code and the U.S. Federal UFC codes. It provides detailed information on site plans, structural designs, material specifications, and construction practices, ensuring compliance with safety and engineering standards. Noteworthy elements include geotechnical requirements, concrete specifications, and management of existing conditions during demolition. The document also outlines responsibilities for coordination among various trades and emphasizes the importance of reviewing shop drawings prior to fabrication. Overall, this project signifies the Air Force's commitment to enhancing infrastructure while ensuring operational readiness through well-planned construction practices.
    The document outlines a government Request for Proposals (RFP) for the design and installation of UAS netting on metal sunshades at Langley Air Force Base, VA. The aim is to protect airmen and aircraft from unauthorized drone intrusions, starting with a prototype installation on one sunshade (CLIN 0002) that could lead to further installations on all 42 sunshades (CLIN 0003). Requirements include a design submission by October 30, 2024, and completion of the prototype installation by November 30, 2024. The netting must be constructed of UV and moisture-resistant material, strong enough to withstand harsh weather and potential drone threats. The contractor is responsible for adhering to all applicable regulations, maintaining safety on-site, and ensuring quality control through systematic inspections. Key points cover project management responsibilities, coordination with government representatives, and installation compliance, highlighting the importance of communication between the contractor and government. The document also specifies general conditions, quality assurance protocols, and contractor obligations concerning safety and governmental property. Overall, this RFP reflects the Government's commitment to maintaining security on military installations through innovative solutions.
    The 633d Contracting Squadron at Langley AFB, VA is issuing a Sources Sought Notice to gather industry input for a project regarding the installation of unmanned aerial services (UAS) netting for metal sunshades on the East Ramp. This initiative aims to deter UAS intrusions near airmen and aircraft, starting with a proof-of-concept installation on one sunshade, with options for all forty-two sunshades. Interested small businesses are invited to submit capabilities packages by October 10, 2024, detailing their experience, technical and financial capabilities, and responding to questions in a provided market research questionnaire. The anticipated contract includes a design review deadline by October 30, 2024, and installation by November 30, 2024, with the possibility of extending initiatives based on funding availability. This notice serves as a preliminary step to inform the acquisition strategy and does not commit the government to contract award, emphasizing the need for interested organizations to remain engaged through official channels for ongoing updates. The information collected aids in assessing the market and determining procurement under regulations favoring small businesses.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Small Business Set-Aside for Inspired Flight 1200 Hexacopter Unmanned Aerial Vehicle (UAV). Review All Attachments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking quotes from small businesses for the procurement of Inspired Flight 1200 Hexacopter Unmanned Aerial Vehicles (UAVs) and associated components. This procurement includes three hexacopters, twelve pairs of foldable quick-release propellers, two battery kits, and one Gremsy VIO F1, all of which are essential for enhancing operational capabilities in research, development, testing, and evaluation programs. The requirement is brand-specific due to compliance and security certifications, ensuring that the equipment meets Department of Defense standards. Interested vendors must submit their quotes by October 9, 2024, at 11 AM Central Time, to Jamell Kilgore at jamell.kilgore@navy.mil, with a total estimated value not exceeding $250,000 and delivery expected within six months post-award.
    A10 Canopy Sources Sought Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking potential suppliers for the fabrication and delivery of custom fiberglass canopy covers for the A-10 aircraft, intended for operations at Hill Air Force Base in Utah. The procurement requires contractors to produce parts according to specific engineering drawings, utilizing 1/16 inch thick woven C-glass fiberglass composite materials, with strict adherence to quality and inspection protocols. This initiative is part of a sources sought announcement aimed at assessing the availability of qualified firms and determining the competitiveness of the project, which may lead to a Blanket Purchase Agreement (BPA). Interested vendors must submit their capabilities and relevant company information by October 15, 2024, and can contact Jamie Ratcliffe at jamie.ratcliffe@us.af.mil for further inquiries.
    Air Defense Capabilities
    Active
    Dept Of Defense
    The Department of Defense is seeking innovative solutions for the development of a rapidly deployable ground-based air surveillance and engagement defense system as part of its Air Defense Capabilities initiative. This system aims to complete the Detect, Track, ID, Defeat (DTID) kill chain against various aerial threats in deployed or operational environments, highlighting the critical need for enhanced air defense mechanisms. The acquisition strategy involves a two-step solicitation process leading to an Other Transaction (OT) for Prototype, with key deadlines including the submission of Phase 1 Step 1 White Papers due by 5pm Eastern Time on 09 October 2024. Interested parties should contact Joanne Vought at joanne.vought@sco.mil or call 703-358-8140 for further information and access to the UNCLASSIFIED Acquisition Research Center (ARC) website.
    Counter Unmanned Aerial Systems (C-UAS) Radar Module for Remote Weapon Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is seeking information from organizations capable of providing a Counter Unmanned Aerial Systems (C-UAS) Radar Module designed for integration with Remote Weapon Systems (RWS). The procurement aims to acquire radar systems that can detect low, slow, and small UAS targets up to 2 km, featuring multi-target tracking capabilities and compliance with military standards for environmental ruggedization and operational temperature ranges. Interested vendors are encouraged to submit their capabilities and relevant information within 45 calendar days to Angelica Merino at angelica.m.merino.civ@army.mil or Renee Papadopoulos at renee.a.papadopoulos.civ@army.mil, as this is a request for information and not a formal solicitation.
    AFSOC 103021 SOF Maintenance Hangar and LXEZ 153953 SOF Composite Maintenance Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a one-bay aircraft hangar and a composite maintenance facility at AFSOC 103021. This project encompasses all necessary labor, transportation, materials, equipment, and supervision to complete the construction and associated environmental work. The facilities are crucial for supporting special operations forces, ensuring they have the necessary infrastructure for maintenance and operational readiness. Interested contractors should note that the proposal due date has been extended to October 29, 2024, and they can direct inquiries to Jack Letscher at jack.t.letscher.civ@usace.army.mil or Valeria Fisher at valeria.fisher@usace.army.mil for further details.
    Contractor Kit Production and Installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 to The UNITED STATES AIR FORCE (USAF) C-130J Fleet
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential business sources for the production and installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 for the USAF C-130J fleet. This Request for Information (RFI) aims to identify qualified contractors capable of producing Group A modification kits and completing LAIRCM Block 30 installations, which are critical for enhancing the C-130J's defensive capabilities against missile threats. The selected contractors will be responsible for delivering and installing specific modification kits, ensuring compliance with security and operational standards, and demonstrating experience with the C-130J and its original equipment manufacturer, Lockheed Martin. Interested parties must submit their responses to the RFI by 4:30 PM EST on January 6, 2024, and can direct inquiries to Casey Murphy or Nathan Armstrong at AFLCMC.WLNN.C-130JLAIRCM@us.af.mil.
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS)
    Active
    Dept Of Defense
    Pre-Solicitation Notice and Pre-Solicitation Meeting/Industry Day announcement for Counter-small Unmanned Aircraft Systems (C-sUAS): The Department of Defense, specifically the Department of the Air Force, is seeking a focused yet flexible, rapid, agile contracting vehicle to support the research, development, prototyping, demonstration, evaluation, and transition of Counter small Unmanned Aircraft System (C-sUAS) capabilities. These capabilities are intended to combat Commercial Off-The-Shelf (COTS) small Unmanned Aircraft Systems (sUAS) used by adversaries in asymmetric warfare against U.S. military personnel and materiel. The government anticipates a single award Indefinite-Delivery, Indefinite-Quantity (ID/IQ) research and development (R&D) contract with Cost-Plus-Fixed-Fee Completion (CPFF/C) Task Orders, an ordering period of seventy-two (72) months, and a maximum ordering amount of approximately $490,000,000. The anticipated deliverables include software, hardware, technical documentation, and technical reports. The North American Industry Classification Systems (NAICS) code for this effort is 541715 with a small business size standard of 1,500 employees based on the Aircraft, Aircraft Engine, and Engine Parts exception. The government also requires that approximately 20% of proposed personnel be TS/SCI cleared and assigned at the time of award, with graduated increases over time. Foreign Allied Participation will be excluded at the prime contractor level. A technical library relating to the subject area of this acquisition will be made available. Interested parties must request access through AFRL/RI personnel. A Draft Request for Proposal (RFP) is anticipated to be released during the 1st quarter of CY 2020. The entire solicitation will be issued on the BETA SAM website at https://beta.sam.gov/. The government will not provide paper copies of the solicitation. All responsible sources may submit a proposal in response to the RFP. Technical questions should be directed to the Contracting Officer's Technical Representative (COTR), Donna Toole at (315) 330-3972, donna.toole.1@us.af.mil. Any contractual questions or questions concerning this Presolicitation Notice should be communicated directly to the Contract Specialist, Matthew Zawisza at (315) 330-4922, matthew.zawisza@us.af.mil, or the Contracting Officer, Terrence Lipinski at (315) 330-4510, terrence.lipinski@us.af.mil. An Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. INDUSTRY DAY: AFRL will be conducting an Industry Day for the C-sUAS acquisition on Monday, December 16, 2019, at Griffiss Institute, 725 Daedalian Dr., Rome NY 13441. The purpose of this meeting is to provide interested companies/entities with an overview of the C-sUAS contract and promote an early exchange of information. Interested parties must register by Monday, December 09, 2019, to gain access to the facility.
    Laughlin AFB Sunshade Hail Screens CSO
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE is seeking proposals for the design and installation of hail screens on existing aircraft structures at Laughlin AFB, TX. Laughlin AFB, located six miles east of Del Rio, TX, has approximately 213 aircraft parked on the flight line apron. The hail screens are needed to protect the aircraft during significant weather events. Interested parties can submit proposals for a single sunshade structure bay or all the sunshade structures on base. The selected contractor will be responsible for providing system engineering, technical, installation, and supervision services for the 47th FTW Maintenance Directorate (47 MX) on designing and installing hail screens for T-1 and T-6 sunshade structures. The contractor must provide all necessary materials, labor, tools, equipment, transportation, and other incidentals. This competitive solicitation is open until January 11, 2025, with the possibility of extension by amendment.
    Request for Information - Portable Airfield Lighting
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting a Request for Information (RFI) to identify vendors capable of supplying portable airfield lighting systems. These systems are intended to assist Air Force Special Warfare units in marking austere airfields and drop zones for both military and humanitarian operations, requiring features such as multiple lighting colors, durability against jet blast, remote control capabilities, and visibility from up to three nautical miles. Interested vendors must provide detailed product information, including system specifications, past experiences with the Department of Defense, and compliance with federal regulations, with responses due by 12:00 PM Eastern time on October 7, 2024. For further inquiries, interested parties can contact Jamie Sclafani at jamie.sclafani@us.af.mil.
    15--CANOPY,MOVABLE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 55 units of a movable canopy, identified by NSN 7R-1560-016227235-QE, from The Boeing Company and SierraCIN Corporation, the only known sources for this item. The procurement is limited to these original equipment manufacturers due to the lack of available drawings or data for alternative sourcing, and interested parties must submit a Source Approval Request if they are not already approved to manufacture this material. This canopy is critical for airframe structural components, and the anticipated award date for this contract is March 2025. Interested organizations are encouraged to submit their capabilities and qualifications via email to Dylan E. Payne at dylan.e.payne.civ@us.navy.mil within 45 days of the notice publication.