Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2025 SAM #8677
SPECIAL NOTICE

H -- Fall Protection System

Notice Date
8/27/2025 12:46:39 PM
 
Notice Type
Special Notice
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AS5227A001
 
Response Due
9/2/2025 12:00:00 PM
 
Archive Date
09/17/2025
 
Point of Contact
Carmen Barahona, Karla Vazquez
 
E-Mail Address
carmen.barahona@us.af.mil, karla_lizette.vazquez_montes@us.af.mil
(carmen.barahona@us.af.mil, karla_lizette.vazquez_montes@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Notice Type: Synopsis of Contract Action � Fall Protection System Justification, Statutory Authority: FAR 13.106-1(b)(1)(i) � Soliciting Competition; (b)Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold. (i) Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, and brand-name or industrial mobilization). The authority permitting the use of noncompetitive procedures is 41 U.S.C. 3304 (a)(1). Contract Award Date: TBD Contract Award Number: TBD Synopsis: This is a Sole Source synopsis published for informational purposes only. The United States Air Force Test Center/Directorate of Contracting (AFTC/PZZG), Edwards AFB, CA intends to issue a sole source contract to CAI Safety Systems located 1607 S. Grove Ave., Ste. 104 Ontario, CA 91761 for the Fall Protection System. The contract will be executed by means of competition other than full and open. This is due to the custom-made Fall Protection System by CAI Safety Systems for Hangers 1810 and 1820. CAI possesses unique expertise to verify its proper operation. Description of Work: The contractor shall annually inspect and certify the six (6) aircraft fall protection systems and thirty-six (36) self-retracting devices/lifelines in hangar 1810. The contractor shall annually inspect and certify the twelve (12) aircraft fall protection systems and seventy-two (72) self-retracting devices/lifelines in hangar 1820. The contractor shall be available for rescheduling inspections and certifications of the aircraft fall protection systems and self-retracting devices/lifelines that might be inaccessible due to aircraft that cannot be moved. The contractor shall provide one (1) technician and one (1) helper to perform the requirements of this SOW. The contractor shall provide a manlift to access the aircraft fall protection systems and self-retracting devices/lifelines. The contractor shall calibrate and inspect all aircraft fall protection systems and self-retracting devices/lifelines, per manufacturer�s specifications, to ensure they are operating correctly and safely. The contractor shall, during the course of the annual inspections, provide common replacement parts in order to maintain and minimize the downtime of the aircraft fall protection system. The contractor shall update all warning signs, for each aircraft fall protection systems and self-retracting devices/lifelines, with the current date of inspection. The contractor shall provide written confirmation that an inspection was conducted for each aircraft fall protection systems and self-retracting devices/lifelines and indicate any repairs or modification if necessary. In order to comply with FAR 5.207(c)(15), the reason for lack of competition is as follows: CAI Safety Systems custom designed, manufactured, and installed the Fall Protection System for Hangers 1810 and 1820. As the original system designers, CAI possesses unique expertise to verify its proper operation. Continuing inspection services with CAI avoids additional government expenditures for training and dismantling/reinstalling systems from a new contractor. Consequently, CAI Safety Systems represents the most advantageous option for the Government to meet this requirement. Contractors must be registered in System for Award (SAM) at www.sam.gov Please submit all questions, comments, and feedback regarding this product to the following Points of Contact: ? Mrs. Carmen Barahona, Contract Specialist, Email: carmen.barahona@us.af.mil ? Ms. Karla Vazquez, Contracting Officer, Email: karla_lizette.vazquez_montes@us.af.mil@us.af.mil No telephone responses will be accepted. Any information submitted by respondents to this Synopsis of Contract Action is strictly voluntary. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. No classified information shall be submitted. Any response submitted by respondents to this Synopsis of Contract Action constitutes consent for that submission to be reviewed by Government personnel. The Air Force Test Center has appointed an Ombudsman to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Concerned parties should address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution prior to consulting the Ombudsman. Additionally, Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101 � Ombudsman, will be included in any potential solicitation and contract for this acquisition. The AFTC Ombudsman contact information is as follows: Air Force Test Center Vice Commander 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784. Phone Number (661) 277-2810, Facsimile Number (661) 277-7593, Email: aftc.workflow@us.af.mil. DISCLAIMER AND NOTICE: This is a courtesy Synopsis of Contract Action only and does not constitute a commitment, implied or otherwise, that AFTC/PZZG will take procurement action in this matter. This is NOT a request for proposals, applications, proposal abstracts, or quotation. This courtesy Synopsis of Contract Action only shall not be construed as an obligation on the part of the Government. Further, the Government will NOT be responsible nor reimburse any submitters of information for any cost incurred in furnishing this information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. The information provided will be used to assess trade-offs and alternatives available for the potential requirement. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f7f37fc350014d31b07a8d355c699895/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07568311-F 20250829/250827230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.