Inactive
Notice ID:1300902729
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 ...
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 Prevailance Aerospace, LLC. 2804 Airport Drive Chesapeake, VA, 23323-6410. The contractor shall provide: Flight hours in an Extra 300 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. Description: Base Year Quantity Period of Performance Ferry Flight 1 15 Feb 21 – 31 Mar 21 Flight Hours 14 Hours 15 Feb 21 – 31 Mar 21 Pilot Days 20 Days 15 Feb 21 – 31 Mar 21 Maintainer Days 20 Days 15 Feb 21 – 31 Mar 21 Travel - Total travel cost must be broken out 15 Feb 21 – 31 Mar 21 Description: Option Year 1 Quantity Period of Performance Ferry Flight 1 Lot 1 Apr 21 – 30 Sep 21 Flight Hours 18 Hours 1 Apr 21 – 30 Sep 21 Pilot Days 20 Days 1 Apr 21 – 30 Sep 21 Maintainer Days 20 Days 1 Apr 21 – 30 Sep 21 Travel - Total travel cost must be broken out 1 Apr 21 – 30 Sep 21 Description: Option Year 2 Quantity Period of Performance Ferry Flight 1 Lot 1 Oct 21 – 31 Mar 22 Flight Hours 18 Hours 1 Oct 21 – 31 Mar 22 Pilot Days 20 Days 1 Oct 21 – 31 Mar 22 Maintainer Days 20 Days 1 Oct 21 – 31 Mar 22 Travel - Total travel cost must be broken out 1 Oct 21 – 31 Mar 22 Description: Option Year 3 Quantity Period of Performance Ferry Flight 1 Lot 1 Apr 22 – 30 Sep 22 Flight Hours 18 Hours 1 Apr 22 – 30 Sep 22 Pilot Days 20 Days 1 Apr 22 – 30 Sep 22 Maintainer Days 20 Days 1 Apr 22 – 30 Sep 22 Travel - Total travel cost must be broken out 1 Apr 22 – 30 Sep 22 Description: Option Year 4 Quantity Period of Performance Ferry Flight 1 Lot 1 Oct 22 – 31 Mar 23 Flight Hours 18 Hours 1 Oct 22 – 31 Mar 23 Pilot Days 20 Days 1 Oct 22 – 31 Mar 23 Maintainer Days 20 Days 1 Oct 22 – 31 Mar 23 Travel - Total travel cost must be broken out 1 Oct 22 – 31 Mar 23 Description: Option Year 5 Quantity Period of Performance Ferry Flight 1 Lot 1 Apr 23 – 30 Sep 23 Flight Hours 18 Hours 1 Apr 23 – 30 Sep 23 Pilot Days 20 Days 1 Apr 23 – 30 Sep 23 Maintainer Days 20 Days 1 Apr 23 – 30 Sep 23 Travel - Total travel cost must be broken out 1 Apr 23 – 30 Sep 23 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. Please provide the following information with your quote: 1. CAGE Code: 2. DUNS#: 3. Payment Terms of NET 30. 4. Pricing - are these items on a commercial published, on-line, or internal Price list. 5. If available on a price list, please provide a copy. All price listings will be kept confidential. 6. If not available on a price list please provide information on how pricing is determined (example: item cost+ %, labor rate and materials, etc.) 7. Estimated Delivery Date or Period of Performance: 8. 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/.