115 FW AAS BAK-14 Barrier Arm Upgrade (HSRO)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The 115th Fighter Wing is conducting market research via a Sources Sought notice to identify qualified prime contractors for an upgrade of BAK-14 Barrier Arms at Truax Field, Madison, WI. This requirement involves replacing existing barrier arms with High Speed Roll Over (HSRO) units to reduce failure frequency and enhance safety for aircraft operations. Responses are due by May 18, 2026.
Scope of Work
The requirement is for 48 High Speed Roll Over (HSRO) unit assemblies to replace all existing BAK-14 barrier arms on runways 03/21 and 18/36, plus additional spares, at Truax Field. Key technical requirements include:
- Pneumatically actuated arms compatible with the existing BAK-14 legacy "assy. housing enclosure" (P/N 9D01053-1).
- Capability to sustain aircraft taxi speeds up to 75 knots.
- Provision of documentation proving the proposed product has been tested and proven to sustain repeated instances of taxi speeds up to 75 knots.
- The solution must be a "drop-in" replacement without further modifications to the existing system.
Contract & Timeline
- Type: Sources Sought / Market Research
- Purpose: To gain knowledge of potential sources, including Small Businesses, for this procurement.
- NAICS Code: 336413 - Other Aircraft Part and Auxiliary Equipment Manufacturing
- PSC Code: 1710 - Aircraft Launching, Landing, and Ground Handling Equipment
- Set-Aside: None specified (market research stage to determine potential set-asides).
- Response Due: May 18, 2026
- Published: May 1, 2026
Submission Requirements
Interested concerns must provide a written notice (max 3 pages) via email to dave.mattila.2@us.af.mil with the subject "Sources Sought W50S9F26Q0007". The response must include:
- Positive statement of intent to bid as a prime contractor.
- A completed and signed "Sources Sought Information Request Form" (A.02 Source Sought Information Request Memo.docx), providing company and socio-economic status information.
- Confirmation of ability to meet Nonmanufacturer Rules of FAR 52.219-33.
- Information demonstrating the proposed product meets minimum requirements of the Purchase Description, including proof of 75-knot capability.
- Note: Incomplete responses will be considered non-responsive.
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation. No reimbursement will be made for costs associated with providing information.