Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOLICITATION NOTICE

16 -- Sole Source Requirement for LATR Heavy Hanger Kits with RTC Aerospace

Notice Date
6/1/2022 4:00:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
1300996275
 
Response Due
6/6/2022 12:00:00 PM
 
Archive Date
06/21/2022
 
Point of Contact
Shannon Canada
 
E-Mail Address
shannon.m.canada.civ@us.navy.mil
(shannon.m.canada.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.� 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 336413 and PSC code 1680. ***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 Cliffdale Manufacturing LLC, dba RTC Aerospace, 20409 Prairie Street, Chatsworth, California 91311-6029 for the purchase of LATR Heavy Hanger Kits (98174515-1 Rev E). The Contractor shall provide the following: Quantity of 10 - P/N: 98174515-1 Description:� Rev E Navy Kit Forward Hanger Assembly P/N:� 98174515-1 Rev E contents include: 1 each 98174515-1 Rev E 8 each 98174522 Rev latest 7 each MS24673-11 1 each 01260014-1 Rev A Continuity Wedge 1 each 02502025-1 Rev - (dash) Shim Forward Please see attached Statement of Work. Delivery: Delivery is required 36 weeks ARO.� Acceptance and Delivery will be to: Attn:� Steve Abell 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 Shannon Canada, purchasing agent, at shannon.m.canada.civ@us.navy.mil�by 3:00 PM Eastern Local Time, Monday,�06 June 2022. Please provide the following information with your quote: CAGE Code: DUNS#: Payment Terms of NET 30. Pricing - are these items on a commercial published, on-line, or internal Price list. If available on a price list provide a copy.�� All price listings�� will be kept confidential. If not available on a price list please provide information on how pricing is determined�� (example: item cost+ %, labor rate and materials, etc.) Estimated Delivery Date or Period of Performance: 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/d3ddc4ca05524a41a4209f984052aa95/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06344144-F 20220603/220601230106 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.