The purpose of this amendment is to answer vendor questions and answers. Question 1 A photograph of the NATF WT, and coordinate system, are shown in figure 1. Is it possible to receive the photograph.
Government Response: The statement of work in now posted as a attachment and is available for viewing.
Sole Source
U.S. Government ~ Tax Exempt
All quotes/responses shall be submitted via email to Johnny.E.Smith.civ@us.navy.miL and
Roberta.M.Nethercutt.civ@us.navy.mil no later than June 6, 2024, by 4:00 pm Eastern Standard Time.
Due to the limited ability to respond to mail-in bids or voicemail requests, we request that any
questions concerning solicitation on N00421-24-Q-0271 be emailed to
Johnny.E.Smith.civ@us.navy.mil and, Roberta.M.Nethercutt.civ@us.navy.mil.
Solicitation N00421-24-Q-0271 is issued as an intent to sole source. The Government intends to
Purchase on a firm fixed-price basis, and solicit and award the proposed purchase order on a Sole source basis with Advance Technologies Inc, under the authority implemented by Federal
Acquisition on Regulation (FAR) Part 13.
Offerors must be registered in SAM.GOV database before submission of an offer to be considered for the award of any DOD contract. This may be accomplished electronically at http://www.SAM.gov. See Attached Solicitation on Standard Form SF18 and Section C Statement of Work (SOW).
This procurement is a total set-aside for small businesses under FAR Part 52.219-6. Notice of
Total Small Business Set-Aside. If a small business is set aside. Representation Corporation
Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law Representative on Corporation on Regarding Delinquent Tax Liability or a Felony conviction on under any Federal Law. All offers must complete FAR 52.204-26 within SAM. If 52.204-26 Sec on K is completed as “does not” for provision and use of the prohibited equipment and services, FAR 52.204-24 Sec on K would not be completed and submitted separately as part of the offer per directive within FAR 52.204-24 itself. If FAR 52.204-26 includes “does” for either provision or use, FAR 52.204-24 Sec on K is required to be completed and submitted as part of the proposal. Offers must complete 52.212-3, Offeror Representations and Certification Commercial Items in Sec on K of the solicitation.
See A ached RFQ and Sec on C Statement of Work (SOW).
This is a firm fixed-price procurement; therefore, the offeror’s initial offer should represent the
Vendor’s best quote in terms of lowest price and technical acceptability. Your quote must
contain enough technical information to evaluate your quote. Your quote will only be evaluated
on the information, you provide.
***Basis for Award***
All interested parties MUST submit a quote no later than June 6, 2024 @ 4:00 PM Eastern
Standard Time. The award will be made to the vendor that submits the lowest, firm-fixed-price
Quotes that meets all the requirements in Sec on B and Sec on C Statement of Work (SOW). See att ached SF-18.
***Instructions to Offerors***
Please include the following information on with your response:
- FOB:
- Shipping Cost:
- Tax ID# 4. Dun & Bradstreet #
- Cage Code:
- Small Business – Yes ___ No ___
- Es mated Delivery Date:
- Es mated Delivery Date:
- If available on a Pricelist, please provide a copy.
(10)Total Cost: $___________
Government Points of Contact:
Johnny Smith
A2522013, NAWCAD Procurement Group, 21983 Bundy Road,
BLDG 441
Patuxent River, MD 20670-1127
Email: johnny.e.smith.civ@us.navy.mil
Roberta Nethercutt
A2522003, NAWCAD Procurement Group, 21983 Bundy Road,
BLDG 441
Patuxent River, MD 20670-1127
Email: roberta.m.nethercutt.civ@us.navy.mil