Maryland Bids > Bid Detail

Sole Source Requirement with ITA Services for USNTPS Flight Hours in the MD-500 Aircraft

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159551126195321
Posted Date: Feb 15, 2024
Due Date: Mar 1, 2024
Source: https://sam.gov/opp/4170c7303d...
Follow
Sole Source Requirement with ITA Services for USNTPS Flight Hours in the MD-500 Aircraft
Active
Contract Opportunity
Notice ID
N0042124Q0135
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAL AIR WARFARE CENTER AIR DIV
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 15, 2024 11:57 am EST
  • Original Date Offers Due: Mar 01, 2024 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6610 - FLIGHT INSTRUMENTS
  • NAICS Code:
    • 611512 - Flight Training
  • Place of Performance:
    Patuxent River , MD 20670
    USA
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. The Government will not pay for any information that is received.



This announcement constitutes the only solicitation and a written solicitation will not be issued. 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 611512, and PSC Code U099.



****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 ITA Services, LLC., 2655 Baumgardner Road, Westminster, MD 21158-2601. The contractor shall provide up to 15 demonstration flight hours in one (1) MD-500 aircraft to the United States Navy Test Pilot School (USNTPS) student and instructor personnel in support of the U.S. Naval Test Pilot School Qualitative Evaluation Program.



The contractor shall provide the following:



1. Ferry Flight(s).



2. Flight Hours 15 Total.



3. Maintainer Days 12 Total.



4. Pilot Days 12 Total.



5. Travel Costs (broken down completely by hotel etc.).



Please see attached Solicitation N0042124Q0135 which includes the Statement of Work (SOW).



Period of Performance: 01 April 2024 through 31 March 2027.



There will be a base period and five option periods as broken down below:



Base POP: 01 April 2024 – 30 September 2024.



Option 1 PoP: 01 October 2024 – 31 March 2025.



Option 2 PoP: 01 April 2025 – 30 September 2025.



Option 3 PoP: 01 October 2025 – 31 March 2026.



Option 4 PoP: 01 April 2026 – 30 September 2026.



Option 5 PoP: 01 October 2026 – 31 March 2027.



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: Not Applicable



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.



52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)



(a) Definitions. As used in this clause--



Covered application means the social networking service TikTok or any successor application or service developed or provided by ByteDance Limited or an entity owned by ByteDance Limited.



Information technology, as defined in 40 U.S.C. 11101(6)--



(1) Means any equipment or interconnected system or subsystem of equipment, used in the automatic acquisition, storage, analysis, evaluation, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the executive agency, if the equipment is used by the executive agency directly or is used by a contractor under a contract with the executive agency that requires the use-



(i) Of that equipment; or



(ii) Of that equipment to a significant extent in the performance of a service or the furnishing of a product;



(2) Includes computers, ancillary equipment (including imaging peripherals, input, output, and storage devices necessary for security and surveillance), peripheral equipment designed to be controlled by the central processing unit of a computer, software, firmware and similar procedures, services (including support services), and related resources; but



(3) Does not include any equipment acquired by a Federal contractor incidental to a Federal contract.



(b) Prohibition. Section 102 of Division R of the Consolidated Appropriations Act, 2023 (Pub. L. 117-328), the No TikTok on Government Devices Act, and its implementing guidance under Office of Management and Budget (OMB) Memorandum M-23-13, dated February 27, 2023, "No TikTok on Government Devices" Implementation Guidance, collectively prohibit the presence or use of a covered application on executive agency information technology, including certain equipment used by Federal contractors. The Contractor is prohibited from having or using a covered application on any information technology owned or managed by the Government, or on any information technology used or provided by the Contractor under this contract, including equipment provided by the Contractor's employees; however, this prohibition does not apply if the Contracting Officer provides written notification to the Contractor that an exception has been granted in accordance with OMB Memorandum M-23-13.



(c) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (c), in all



subcontracts, including subcontracts for the acquisition of commercial products or commercial services.



(End of clause).



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),



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/.


Attachments/Links
Contact Information
Contracting Office Address
  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 15, 2024 11:57 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >