Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Naval Air Warfare Center at Patuxent River, MD, intends to negotiate a sole source contract with Simulation and Control Technologies, Inc. for modifying four center stick controllers to support the U.S. Navy Test Pilot School. This procurement, classified under NAICS code 333310, is set for a firm-fixed price with a performance period ending September 30, 2025. Quotes are due by 11:00 AM EST on May 14, 2025, and must include specific pricing and registration information.
THIS REQUIREMENT IS ADVERTISED AS SOLE SOURCE. THE NOTICE IS PUBLISHED FOR INFORMATION PURPOSES ONLY AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. INTRODUCTION: The Naval Air Warfare Center- Aircraft Division (NAWCAD) at Patuxent River, MD announces its intention to solicit and negotiate on a Sole Source (SS) basis with: Simulation and Control Technologies, INC 430 Airport Road Endicott, NY 13760 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 announcement constitutes the only solicitation and a written solicitation will not be issued. The government will not pay for any information that is received. The Government will consider other bids. ELIGIBILITY: This requirement is being synopsized as a small business set aside under the North American Industry Classification System (NAICS) code 333310, and PSC Code K069. Contractors shall modify 4 (four) center stick controllers to resolve integration concerns to support The United States Navy Test Pilot School (USNTPS). Please see attached Statement of Work (SOW). PERIOD OF PERFORMANCE: Award through 30 September 2025. SUBMITTAL INFORMATION: 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 on a Lowest Priced, Technically Acceptable (LPTA) basis. The offeror shall provide backup information verifying the price offered, e.g., a commercial price list, copy of current catalog, invoices for the same equipment, etc. ****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. **** Your quote will only be evaluated on the information that you provide with your quote. This is a firm-fixed price procurement; therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. Quotes are due to Christa Spalding, Contract Specialist, at christa.m.spalding.civ@us.navy.mil and Joe Merritt, Contracting Officer at joe.r.merritt.civ@us.navy.mil by 11:00 AM (EST), Wednesday, 14 May, 2025. 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. Period of Performance: POP: Award 30 Sept 2025. 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/.
Spring USN TPS QE MI-2 Aircraft is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.