SOLICITATION NOTICE
K -- Spring USN TPS QE MI-2 Aircraft
- Notice Date
- 5/12/2025 9:02:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333310
—
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N00421-25-SIMACQ-51000MA-0273
- Response Due
- 5/14/2025 8:00:00 AM
- Archive Date
- 05/29/2025
- Point of Contact
- Christa Spalding, Joe Merritt
- E-Mail Address
-
Christa.m.spalding.civ@us.navy.mil, joe.r.merritt.civ@us.navy.mil
(Christa.m.spalding.civ@us.navy.mil, joe.r.merritt.civ@us.navy.mil)
- Description
- THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. INTRODUCTION: The Naval Air Warfare Center- Aircraft Division (NAWCAD) at Patuxent River, MD announces its intention to solicit and negotiate on a Sole Source (SS) basis with: Simulation and Control Technologies, INC 430 Airport Road Endicott, NY 13760 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. ELIGIBILITY: This requirement is being synopsized as a small business set aside under the North American Industry Classification System (NAICS) code 333310, and PSC Code K069. Contractors shall modify 4 (four) center stick controllers to resolve integration concerns to support The United States Navy Test Pilot School (USNTPS). Please see attached Statement of Work (SOW). PERIOD OF PERFORMANCE: Award through 30 September 2025. SUBMITTAL INFORMATION: 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 on a Lowest Priced, Technically Acceptable (LPTA) basis. The offeror shall provide backup information verifying the price offered, e.g., a commercial price list, copy of current catalog, invoices for the same equipment, etc. ****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. **** Your quote will only be evaluated on the information that you provide with your quote. This is a firm-fixed price procurement; therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. Quotes are due to Christa Spalding, Contract Specialist, at christa.m.spalding.civ@us.navy.mil and Joe Merritt, Contracting Officer at joe.r.merritt.civ@us.navy.mil by 11:00 AM (EST), Wednesday, 14 May, 2025. 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. Period of Performance: POP: Award � 30 Sept 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 in order to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/baef5bdc47f6486f85286f4376834736/view)
- Place of Performance
- Address: Endicott, NY 13760, USA
- Zip Code: 13760
- Country: USA
- Zip Code: 13760
- Record
- SN07439154-F 20250514/250512230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |