Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2026 SAM #8896
SOLICITATION NOTICE

17 -- 115 FW Aircraft Arresting System Barrier Arms

Notice Date
4/3/2026 8:22:08 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
 
ZIP Code
53704-2591
 
Solicitation Number
W50S9F26Q0006
 
Response Due
4/20/2026 7:00:00 AM
 
Archive Date
05/05/2026
 
Point of Contact
Lt Col Dave Mattila
 
E-Mail Address
dave.mattila.2@us.af.mil
(dave.mattila.2@us.af.mil)
 
Description
Pre-solicitation Notice: Intent to Award a Sole Source Contract 1. Date: April 3, 2026 2. Year: Fiscal Year 2026 3. Contracting Office: 115 Mission Support Group/Mission Support Contracting DODAAC: W50S9F 4. Product or Service Code (PSC): 1710 - Aircraft Launching, Landing, and Ground Handling Equipment 5. NAICS Code: 336413 - Other Aircraft Part and Auxiliary Equipment Manufacturing 6. Contracting Office Address: 3110 Mitchell Street Madison, WI 53704 7. Subject: Sole Source Acquisition of BAK-14 Aircraft Arresting System Barrier Arm Components 8. Proposed Solicitation Number: W50S9F26Q0006 9. Closing Response Date: April 20, 2026 10. Contracting Officer: Lt Col Dave Mattila 3110 Mitchell Street Madison, WI 53704 11. Description: This is a notice of intent to award a sole-source contract. The Wisconsin Air National Guard intends to solicit and negotiate with only one source, CURTISS-WRIGHT FLOW CONTROL SERVICE LLC, dba ENGINEERED ARRESTING SYSTEMS � ESCO, for the procurement of the BAK-14 High-speed Rollover Support Box Assembly. The BAK-14 is a retractable hook cable system designed to be used in conjunction with energy absorbers like the BAK-12 system. It allows the arresting cable to be lowered below the runway surface, making it ideal for joint-use airfields that accommodate both military and civilian aircraft. This acquisition is for the procurement of improved BAK-14 system barrier arms, approved by the Air Force Life Cycle Management Center, which are required for installation at Truax Field, Madison, WI 53704. These components are critical for ensuring the safety of flight operations for hook-equipped aircraft during emergency landings or aborted takeoffs. 12. Place of Contract Performance: 115 Fight Wing Truax Field Madison, WI 53704 13. Set-aside Status: N/A 14. Justification for Lack of Competition: The authority for this action is FAR 6.103-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" CURTISS-WRIGHT FLOW CONTROL SERVICE LLC, dba ENGINEERED ARRESTING SYSTEMS � ESCO is the original equipment manufacturer (OEM) of the existing BAK-12 energy absorbers currently installed at the designated location. The BAK-14 system must be fully compatible with the existing infrastructure to ensure safe and reliable operation. Procurement from the OEM is essential to guarantee seamless integration, maintain system certification, and prevent unacceptable risks and delays associated with using non-OEM components. Only the OEM possesses proprietary data, specialized tooling, and unique expertise required to furnish the components that meet the government's critical safety and operational requirements. Lastly, both the BAK-14M and Type-H are the only systems approved for use by the United States Air Force, for which Curtiss-Wright Arresting Systems / ESCO is the OEM and sole provider. 15. Statement of Consideration: This notice of intent is not a request for competitive proposals. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. 16. Technical Data: Not applicable. 17. Qualification Requirement: Not applicable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/17a769a4806d4d588a0af557e788e29c/view)
 
Place of Performance
Address: WI 53704, USA
Zip Code: 53704
Country: USA
 
Record
SN07767949-F 20260405/260403230038 (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!  © 1994-2026, Loren Data Corp.