December 26, 2024
The Government is extending the required due date for offerors to submit their proposals to 08 January at 1100 EST.
December 17, 2024
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued.
This solicitation is issued as a request for quote (RFQ) and incorporates the provisions and clauses are those in effect through Federal Acquisition Regulation; Federal Acquisition Circular (FAC) 2024-02 effective 22 December 2023.
This procurement is being solicited as a total small business set-aside with an associated North American Classification System (NAICS) code of 334111 (Electronic Computer Manufacturing) with a size standard of 1,250 employees. The Product Service Code (PSC) is 6910 (Training Aids). This procurement will be awarded using the Simplified Acquisition Procedures (SAP) outlined in FAR Part 13. Naval Air Warfare Center Training Systems Division (NAWCTSD) in Orlando, Florida intends to issue a Firm-Fixed-Price (FFP) purchase order on a competitive acquisition. Interested sources are encouraged to submit a quote. All information shall be furnished at no cost or obligation to the Government.
Below is a description of the requirement:
This procurement of commercial materials is in support of the Center of Naval Aviation Technical Training (CNATT). The contractor shall provide the program management, logistics, materials, and other disciplines and documentation needed to satisfy the requirements described in this SOW. The requested items must be new and not refurbished. The contractor shall be responsible for delivering the items to the addresses listed in the material list.
*NOTE: Non-Manufacturer Rule (NMR) Class Waiver is applicable to this action:
- NAICS: 334111
- NAICS Descriptor: Commercially available off-the-shelf laptop and tablet computers
- Federal Register Notice: 85 Fed. Reg. 13692
List of Contract Line-Item Numbers, Items, Quantities and Units of Measure:
Reference combined synopsis/solicitation (Enclosed)
Dates and places of delivery, acceptance and F.O.B. destination point:
Delivery shall be made F.O.B. destination in accordance to FAR 52.247-34 to:
CLIN 0001 shall be delivered to:
Center for Naval Aviation Technical Training (CNATT) Readiness and Logistic Programs Directorate (N4)
230 Chevalier Field Avenue, Suite C Pensacola, FL 32508
Attn: LCDR John Mitchell
CLIN 0002 shall be delivered to:
Commanding Officer, CNATTU Norfolk
BLDG 848 E, YORKTOWN AVE. Naval air Station Jacksonville, FL 32212-0060
Attn: LSC Doh Coulibaly
CLIN 0003 shall be delivered to:
Commanding Officer, CNATTU North Island
CNATTU NORFOLK ATTN: SUPPLY DEPT, 9287 SEVENTH AVE, NORFOLK, VA 23511
Attn: Patrick, Hazelton
CLIN 0004 shall be delivered to:
Commanding Officer, CNATTU North Island
Stockdale Blvd, Bldg 698, Room 29
NAS North Island, San Diego, CA. 92135-7059
Attn: LS1 Ankrah, Ebenezer
CLIN 0005 shall be delivered to:
Commanding Officer, CNATTU Whidbey Island
BLDG 976, N. Princeton Street, Naval Air Station Whidbey Island, WA 98278-5361
Attn: LS1 Saiz, Darren/ADC Sledge, Forrest
CLIN 0006 shall be delivered to:
Center for Naval Aviation Technical Training (CNATT) Detachment Lakehurst,
Hangar One Landsdowne Road, JBMDL, NJ 08733
Attn: LT Jeremy Stoecklein
CLIN 0007 shall be delivered to:
Center for Naval Aviation Technical Training Detachment Tinker AFB
7641 Mercury Road, Tinker AFB, OK 73145-5900,
Attn: DeAndre Matthews
Note: Inspection and Acceptance will occur at delivery site and will be conducted by the Government.
The Delivery Date shall be no later than 8 weeks after contract award for CLIN(s) 0001, 0002, 0003, 0004, 0005, 0006, and 0007.
Evaluation Basis of Award:
The Government will award a purchase order resulting from this solicitation to the responsible offeror based on the lowest priced technically accepted (LPTA). For the purposes of this evaluation, technically acceptability is defined as:
(1) Meeting all technical requirements described in the specifications;
(2) Offeror shall comply with FAR 19.102(a)(1) and 13 CFR § 121.406; as defined in below note;
(3) Meeting the delivery date;
(4) Vendor must be registered in SAM with the correct NAICS code, at time of proposal receipt; and
(5) Compliance to the terms and conditions of the subject combined synopsis/solicitation.
Quote Submission Information:
Quote is due, no later than 27 December 2024 @ 11:00 AM (EST). Quote shall be submitted via e-mail only as a MS Word or Adobe PDF attachment to David Friedland at david.b.friedland.civ@us.navy.mil.
Quote shall include the solicitation number, name, address, CAGE code, and telephone number of the offeror. Proprietary data in the responses will be protected where so designated. For information or questions regarding this solicitation, contact:
- David Friedland; at david.b.friedland.civ@us.navy.mil.
Offerors shall include a completed copy of provision 52.212-3. Offerors are advised that clause 52.212-5 applies to this procurement. .