Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2019 FBO #6441
SOLICITATION NOTICE

16 -- Intent to purchase, on a sole source basis from Aerodynamix, Inc., Night Vision Devices to support the TH-57 program.

Notice Date
7/11/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive Orlando, FL
 
ZIP Code
32826
 
Solicitation Number
N6134019R0035
 
Response Due
7/19/2019
 
Archive Date
8/3/2019
 
Point of Contact
407-380-4155
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to issue a Firm-Fixed-Price (FFP) purchase to Aero Dynamix, Inc. (ADI) on a sole source basis as the holder of proprietary rights for the Equipment Installation, TH-57, Instrument Panel Console Drawing, 2544-01-02 (DWG 2544-01-02). Interested sources desiring to contest this sole source may do so by asserting its supportable rationale and by submitting quote for required items. All information shall be furnished at no cost or obligation. Government will award on a lowest price technically acceptable basis to the contractor meeting the requirements of this combined synopsis/solicitation. Best value is expected to result from the selection of the technically acceptable quote with the lowest evaluated price. The failure of a contractor to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the contractor being ineligible for award. Interested sources may identify their interest and capability to respond to the requirement, which demonstrates their ability to meet the needs of the Government. Interested sources are encouraged to submit a quote. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. Combined synopsis/solicitation N61340-19-R-0035 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov/ inclusive, but not limited to, Federal Acquisition Circular (FAC) number FAC 2005-87-1. The associated North American Classification System (NAICS) code is 336413 Other Aircraft Parts and Auxiliary Equipment. This procurement is not being solicited as a small business set-aside. This procurement is to purchase: CLIN 0001: Fifteen (15) TH-57 Night Vision Goggles (NVG) Modification Kit śA ť MFR Part NR: 2544-99-02A Delivery of CLIN 0001: 31 August 2019 FOB: Destination Aerodynamix, Inc. 3227 W. Euless Blvd. #100 Euless, TX 76040 USA Technical Point of Contact: Darcy Bruns (361) 961-2410 The FAR provision 52.212-1, Instructions to Offerors-Commercial (Oct 2015) applies to this acquisition. The FAR provision 52.212-2, Evaluation-Commercial Items (Oct 2014) applies to this acquisition. The FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2015) applies to this acquisition. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Website accessed through https://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. The FAR provision 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. The FAR provision 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O0019: Sept 2013) applies to this acquisition. The following FAR and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-17 Ownership or Control of Offeror (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-20 Predecessor of Offeror (Jul 2016) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.209-13 Violation of Arms Control Treaties or Agreements-Certification (Jun 2018) 52.211-6 Brand Name or Equal (Aug 1999) 52.211-8 Time of Delivery (Jun 1997) 52.212-1 Instructions to Offerors-Commercial Items (Oct 2018) 52.212-2 Evaluation-Commercial Items (Oct 2014) 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018) 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2019) 52.215-2 Audit and Records-Negotiation (Oct 2010) 52.216-1 Type of Contract (Apr 1984) 52.219-1 Small Business Program Representations (Oct 2014) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor ”Cooperation With Authorities and Remedies (Jan 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment ”Requirements (May 2014) 52.223-5 Pollution Prevention and Right-to-Know Information (May 2011) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Representation and Certification (Aug 2018) 52.232-1 Payments (Apr. 1984) 52.232-11 Extras (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-1 Disputes (May 2014) 52.233-3 Protest after Award (Aug. 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (Oct 2004) 52.237-1 Site Visit (Apr 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.243-1 ALT1 Changes ”Fixed Price (Apr 1984) 52.246-4 Inspection of Services ”Fixed-Price (Aug 1996) 52.247-34 F.O.B. Destination (Nov 1991) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-0001 Line Item Specific: Single Funding 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 Systems for Award Management Alternate A (Feb 2014) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials ”Basic (Sep 2014) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) Evaluation Criteria: A firm-fixed-price simplified acquisition will be awarded. If multiple quotes are received, the Government will award on a lowest price technically acceptable basis to the Offeror meeting the specification of the services within this combined synopsis/solicitation. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award. No financing will be provided for the resulting award. All Offerors must be in the System of Award Management. Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/. All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at https://www.acquisition.gov/. Offers are due no later than 2:00pm US Eastern Standard Time on 19 July 2019. Quotes will only be accepted by e-mail to chelsea.myhree@navy.mil. Responses must include at least the solicitation number, name, address and telephone number of Offeror, manufacturer product number, warranty information, discount terms, estimated delivery date, business type, CAGE code, and DUNS Number. Proprietary data in the responses will be protected where so designated. For questions regarding this acquisition, contact Chelsea Myhree, Contract Specialist, and Tel: 407-380-8136. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134019R0035/listing.html)
 
Place of Performance
Address: Aerodynamix, Inc. 3227 W. Euless Blvd. #100, Euless, Texas
Zip Code: 76040
Country: US
 
Record
SN05367305-F 20190713/190711230055 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.