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 not pay for any information that is received.
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 334310, and PSC Code 5830.
****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 Compunetix Inc., 2420 Mosside Boulevard Suite 1,Monroeville, PA 15146-4253.
The contractor shall provide:
1. Part Number: 00-6611-0923, Replacement CONTEX MC DAP, Quantity of 29.
2. Shipment Costs if applicable.
Please see attached Statement of Work (SOW).
The estimated delivery is nine to twelve months (9-12) months ARO.
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 Office 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. UEI #:
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),