SPECIAL NOTICE
39 -- Notice Type: Synopsis of Contract Action �REPAIR OF F-22 RAPTOR OVERHEAD CRANE MECHANISM
- Notice Date
- 12/16/2025 9:52:08 AM
- Notice Type
- Special Notice
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- DEPT OF THE AIR FORCE
- ZIP Code
- 00000
- Response Due
- 12/20/2025 9:00:00 AM
- Archive Date
- 01/04/2026
- Point of Contact
- Jenna Jacobson, Phone: 6612779558, Paola Diaz
- E-Mail Address
-
jenna.jacobson@us.af.mil, paola.diaz.1@us.af.mil
(jenna.jacobson@us.af.mil, paola.diaz.1@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Notice Type: Synopsis of Contract Action �REPAIR OF F-22 RAPTOR OVERHEAD CRANE MECHANISM� Sole Source Award to East/West Industries, Inc. Justification, Statutory Authority: FAR 13.106-1(b)(1)(i) �41 USC 1901- Only one responsible source and no other supplies or services will satisfy agency requirements. Contract Award Date: TBD Contract Award Number: TBD Synopsis: The United States Air Force Test Center/Directorate of Contracting (AFTC/PZZG), Edwards AFB, CA intends to issue a sole source contract East/West Industries, Inc. located at 2002 Orville DR N Ronkonkoma, New York 11779-7661, to provide the Crane Repair Parts at Edwards AFB, CA. The contract will be executed by means of other than full and open competition, due to East/West Industries, Inc being the only authorized vendor capable of providing the replacement parts compatible with the current overhead crane system in place. Product Data: Part Number Description Qty 389D394-3 CHAIN DRIVE ASSEMBLY 1 EW91106 DECAL, CAUTION / BOOM EXTENSION 1 389D855-17 HOOK & PLATE ASSEMBLY 2 389D857-1 PROTECTIVE BOOT SNATCH 2 Period of Performance (PoP): 180 days from contract award In order to comply with FAR 5.207(c)(15), the reason for lack of competition is as follows: East/West Industries, Inc., has been identified as an efficient, reliable, and the only sole source vendor capable of providing the compatible repair parts for the F-22 Raptor overhead crane mechanism. The Government does not perceive the benefits as outweighing the duplication costs which would result from a new source for this requirement. As the proprietary manufacturer, East/West Industries, Inc. has the ability to meet mission schedules and most importantly, mission requirements and specifications for the crane�s current installed infrastructure, and safety and control systems necessary. As a result, a Synopsis of Contract Action will be posted to SAM.gov to outline the justifications for this single source acquisition, followed by an RFQ letter sent to East/West Industries, Inc. There are no solicitation documents; however, any vendors that believe they can meet the requirements described should submit a complete technical package, which provides clear and convincing evidence that they can meet the Government�s requirements. 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: ? Ms. Paola D. Diaz, Contract Specialist, Email: paola.diaz.1@us.af.mil ? Ms. Jenna A. Jacobson, Contracting Officer, Email: jenna.jacobson@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 (SOCA) constitutes consent for that submission to be reviewed by Government personnel within 2 days of posting the SOCA. 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, Email: aftc.workflow@us.af.mil. DISCLAIMER AND NOTICE: This is a Synopsis of Contract Action only and does not constitute a commitment, implied or otherwise, that AFTC/PZZG, will take procurement action on 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. Information provided will be used to assess trade-offs and alternatives available for the potential requirements. 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/workspace/contract/opp/432e65c3222b473884f68ca127cd998f/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07667222-F 20251218/251216230035 (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 |