SOLICITATION NOTICE
U -- U.S. Navy Test Pilot School QE Radar King Air 200 Aircraft with AIRtec, Inc.
- Notice Date
- 2/15/2022 7:22:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611512
— Flight Training
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- 1300981716
- Response Due
- 2/17/2022 11:00:00 AM
- Archive Date
- 03/04/2022
- Point of Contact
- Shannon Canada, Joe Merritt
- E-Mail Address
-
shannon.m.canada.civ@us.navy.mil, joe.r.merritt.civ@us.navy.mil
(shannon.m.canada.civ@us.navy.mil, joe.r.merritt.civ@us.navy.mil)
- Description
- THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� This acquisition is being pursued on a sole source basis under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" A determination by the Government not to compete this effort is solely within the discretion of the Government.� This announcement constitutes the only solicitation and a written solicitation will not be issued. The Government will consider other bids. This requirement is being synopsized as a small business set aside under the North American Industry Classification System (NAICS) code 611512, and PSC Code U099. ****NOTE: The required fill-in provisions 52.204-24 and 52.204-26 attached to this post must be filled in and returned with your quote to be considered for award. **** The Naval Air Warfare Center- Aircraft Division (NAWCAD) at Patuxent River, MD announces its intention to procure, on a Sole Source (SS) basis to AIRtec, Inc., 44174 Airport Rd, Suite 300, California, MD 20619. The contractor shall provide:� up to 9 flight hours in a Radar King Air 200T series aircraft to United States Navy Test Pilot School (USNTPS) student and instructor personnel in support of the U.S. Naval Test Pilot School Qualitative Evaluation Program. Please see attached Statement of Work (SOW). This is a firm-fixed price procurement; therefore, the offeror's initial offer should represent the vendor's best quote in terms of price and acceptability. Shipping Charges: These items will be delivered F.O.B. Destination, and shipping shall be included in the price. Contracting O?ice Address: 21983 Bundy Road, Building 441 Patuxent River, MD 20670 Technically acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent that the offeror provide sufficient technical literature, documentation, etc., in order for the Government to make an adequate technical assessment of the proposal. The clause at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2008-O0018) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 Evaluation Commercial Items (Oct 2014) applies to this acquisition. The Government will award in accordance with FAR Part 12 on a lowest priced, technically acceptable basis. The offeror shall provide backup information verifying the price offered, e.g., a copy of current catalog, invoices for the same equipment, etc.� Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2018) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition. 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009) As prescribed in Class Deviation 2021-O0009, Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors, use the following clause: ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (DEVIATION 2021-O0009) (OCT 2021) (a) Definition. As used in this clause � United States or its outlying areas means� (1) The fifty States; (2) The District of Columbia; (3) The commonwealths of Puerto Rico and the Northern Mariana Islands; (4) The territories of American Samoa, Guam, and the United States Virgin Islands; and (5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. (b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). (c) Compliance. The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contractors/. (d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas. (End of clause) Please provide the following information with your quote: CAGE Code: DUNS#: Payment Terms of NET 30. Pricing - are these items on a commercial published, on-line, or internal Price list. If available on a price list, please provide a copy. All price listings will be kept confidential. If not available on a price list please provide information on how pricing is determined (example: item cost+ %, labor rate and materials, etc.) Estimated Delivery Date or Period of Performance: Invoicing and payment will be made thru Wide Area Workflow (WAWF), TERMS: NET 30. As of October 1, 2007, it became mandatory to be registered in order to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/acc4874919cb471b8222cffe09b68e23/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN06242889-F 20220217/220215230111 (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 |