THIS REQUIREMENT IS ADVERTISED AS BRAND NAME. THE NOTICE IS A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued under other than full and open competition is 41 U.S.C. 3304(a)(1) as cited in FAR6.302-1. The acquisition is considered a brand name description per FAR 6.302- 1(c) and is justified here in accordance with FAR 6.303 and 6.304.
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 334419, and PSC Code 5995.
****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 brand name basis to Anixter, Inc., 2301 Patriot Blvd. Glenview, IL 60026, or an authorized Anixter (Wesco) reseller.
The contractor shall provide the following:
1. P/N: 2XSAOW-14, M24640/15-04UO 22-14P WATERTIGHT IND+OA SHD **QPL/CRT**, QTY 1200.
2. P/N: 2XSAOW-3, M24640/15-01UO 22-3P WATERTIGHT IND+OA SHD **QPL/CTR**, QTY 2400.
Please see attached solicitaion N0042126R0010 which includes the Statement of Work (SOW).
Anticipated Delivery: All items shall be received by the Government on or before twenty-six (26) weeks after receipt of the order (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.
Acceptance and Delivery will be to:
Attn: Kevin Wright
22783 Cedar Point Road, Building 2118, Patuxent River, MD 20670
Shipping Charges: Please include shipping charges if applicable.
Contracting Office Address: 47060 Liljencrantz Road, Building 433 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 provides 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 (LPTA) 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 published in a commercial published, online, or the 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. Anticipated Delivery:
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 to process any government procurement. If you are not registered, please take a moment to do so at https://wawf.eb.mil/.