SPECIAL NOTICE
R -- Notice of Intent to award a sole source contract to Navy Legacy Flight Foundation (NLFF)
- Notice Date
- 2/27/2025 5:11:49 AM
- Notice Type
- Special Notice
- NAICS
- 711320
— Promoters of Performing Arts, Sports, and Similar Events without Facilities
- Contracting Office
- NAVSUP FLT LOG CTR JACKSONVILLE JACKSONVILLE FL 32212-0097 USA
- ZIP Code
- 32212-0097
- Solicitation Number
- N6883625Q0013
- Response Due
- 3/3/2025 9:00:00 AM
- Archive Date
- 03/04/2025
- Point of Contact
- Timothy Corwin, Jodi McCarty
- E-Mail Address
-
timothy.m.corwin.civ@us.navy.mil, jodi.k.mccarty.civ@us.navy.mil
(timothy.m.corwin.civ@us.navy.mil, jodi.k.mccarty.civ@us.navy.mil)
- Description
- The Naval Supply (NAVSUP) Systems Command, Fleet Logistics Center Jacksonville (FLCJ), FL intends to issue a sole source award utilizing Simplified Acquisition Procedures to NLFF, a 501(c)(3) non-profit organization, for the following: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform support and fly Legacy Flight acrobatic demonstrations in support of Navy Community Outreach events. The Navy approved aircraft to be flown at the airshows are: Five (5) F4U Corsair One (1) F8F Bearcat One (1) F7F Tigercat One (1) FG1-D Corsair One (1) FM-2 Wildcat One (1) F6F Hellcat The period of performance is from 15 March 2025 through 8 June 2025. This requirement is for the first nine (9) airshows of FY 2025 and allows time for award of an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Government will award a Firm Fixed Price contract. The Government reserves the right to recoup funds for unused events. The applicable North American Industrial Classification System Code (NAICS) code these services fall under is 711320 - Promoters of Performing Arts, Sports, and Similar Events without Facilities, with a size standard of $22,000,000 in revenue. This notice of intent is for information purposes only. All sources that believe they are eligible to provide this requirement must respond in writing. Responses must be supported with clear and convincing evidence to clearly articulate the ability and technical representation to provide this requirement as outlined above. A request for documentation will not be considered as an affirmative response. If no responses are received within three (3) calendar days after publication of this notice, to the effect that technical acceptable items are available and that it is more advantageous to the Government than obtaining this product through a sole-source contract, then a sole-source acquisition award will be made to NLFF. Response to this notice is to be sent to timothy.m.corwin.civ@us.navy.mil and patry.a.socias.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9ca08ac902fa4a6b97f43cfaad7909a2/view)
- Place of Performance
- Address: El Centro, CA, USA
- Country: USA
- Country: USA
- Record
- SN07355521-F 20250301/250227230036 (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 |