Inactive
Notice ID:1301245374
THIS REQUIREMENT IS ADVERTISED AS BRAND NAME. THE NOTICE IS A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued under other than full and open competition is 41 U.S.C. 3304(a)(1) as...
THIS REQUIREMENT IS ADVERTISED AS BRAND NAME. THE NOTICE IS A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued under other than full and open competition is 41 U.S.C. 3304(a)(1) as cited in FAR6.302-1. The acquisition is considered a brand name description per FAR 6.302- 1(c) and is justified here in accordance with FAR 6.303 and 6.304. This announcement constitutes the only solicitation, and a written solicitation will not be issued. This requirement is being synopsized as a small business set aside under the North American Industry Classification System (NAICS) code 337214, and PSC Code 7110. However, the Government will consider other bids. ****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 brand name basis to an authorized Haworth office furniture reseller. Please see attached Statement of Work (SOW) for requirements and specifications. Anticipated Delivery: All items shall be received by the Government on or before 30 November 2025. 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. Acceptance and Delivery will be to: Attn: Jacqueline Pinkney MQ-25ITT - Hangar 2945, 22741 Johnson Road, Patuxent River MD 20670 Shipping Charges: Please include shipping charges if applicable. Contracting O?ice Address: 47060 Liljencrantz Road, Building 433 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 provides 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 (LPTA) 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. UEI #: 3. Payment Terms of NET 30. 4. Pricing - are these items published in a commercial published, online, or the 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. Anticipated Delivery: 30 nOVEMBER 2025 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 to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.