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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. The Government intends to award this purchase on a sole source basis; however, all quotes will be considered. This announcement constitutes the only solicitation; and a written solicitation will not be issued. 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 technical acceptability. The Government will not pay for any information received.
This announcement is a request for quote (RFQ). This requirement is being synopsized as a small business set-aside under the North American Industry Classification System (NAICS) code 811212 and PSC code 7A21.
***NOTE: Please fill-in and sign the attached provision document and include with your submission to be considered eligible.
The Naval Air Warfare Center Aircraft Division (NAWCAD), located at the Naval Air Station Patuxent River, MD intends to establish a FFP contract on a sole source basis to the Qt Company, 2350 Mission College Blvd Suite 1020 Santa Clara, CA, 95054-1563 for the FY24 renewal of the Qt for Application Development Support and Maintenance.
The Contractor shall provide the following:
Product Code: 8240-1YR; Quantity: 5
The anticipated period of performance is April 29, 2024 - April 28, 2025
Please see attached Statement of Work.
Delivery:
NLT April 29, 2024
Acceptance and Delivery will be to:
Attn: Dave Rollins
23013 Cedar Point Road, Bldg 2118
Patuxent River, MD 20670.
Shipping Charges:
These items will be delivered F.O.B. Destination, and shipping shall be included in the price.
Contracting Office Address:
21983 Bundy Road, Building 441, Patuxent River, MD 20670.
Technical acceptability will be determined solely on the content and merit of the information submitted in response to this synopsis/solicitation. Therefore, it is incumbent on the offeror to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. A firm fixed price contract is anticipated. The provision at 52.212-1, Instructions to Offerors-Commercial Items, (DEVIATION 2018-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 (Mar 2020) with its quote. FAR 52.247-34 F.O.B. Destination (Nov 1991) is incorporated by reference and applies to this acquisition. FAR 52.212-4 Contract Terms and Conditions – Commercial Items (Oct 2018) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (DEVIATION 2018-O0021) is incorporated by reference.
Quotes are due to Ashley Kendig, Contract Specialist, at [email protected] by 3:00 PM Eastern Local Time, Wednesday, 10 April 2024.
Please provide the following information with your quote: