This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED.
Combined synopsis/solicitation N6134025R0046 is issued as a request for quote (RFQ) and incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov/, but not limited to, Federal Acquisition Circular (FAC) number 2005-101.
This procurement is being solicited as a sole-source effort to a Service-Disabled Veteran-Owned Small Business (SDVOSB) with an associated North American Classification System (NAICS) code of 611512.
Naval Air Warfare Center Training Systems Division (NAWCTSD) has a requirement for flight training services to support the United States Naval Academy’s (USNA) Powered Flight Program (PFP). This training is intended to introduce military procedure-based flight training and performance standards; screen students for aeronautical adaptability; decrease future drop on request (DOR) and attrition at follow-on flight school; and improve performance in follow-on primary flight training. NAWCTSD intends to issue this Firm-Fixed Price (FFP) contract to Pray Aviation (CAGE code 87KZ6). The services will be performed at the home airfield in Easton, MD, within 40 miles of the USNA. The CLIN Breakout is as follows:
CLIN 0001 – Powered Flight Training Course
FFP
Delivery address is:
Easton Airport (ESN)
ATTN: LT John Vincent, jwvincen@usna.edu
29137 Newnam Rd
Easton, MD 21601
CLIN 0002 – Aircraft Rental
FFP
Delivery address is:
Easton Airport (ESN)
ATTN: LT John Vincent, jwvincen@usna.edu
29137 Newnam Rd
Easton, MD 21601
CLIN 0003 – Site Support
FFP
Delivery address is:
Easton Airport (ESN)
ATTN: LT John Vincent, jwvincen@usna.edu
29137 Newnam Rd
Easton, MD 21601
The Period of Performance (PoP) for all CLINs under this contract is 01 May 2025 through 30 April 2026.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services applies to this acquisition.
The Provision at FAR 52.212-2, Evaluation- Commercial Items, does not apply.
Evaluation Criteria: The Government will award a FFP purchase order resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to this notice will be the most advantageous, representing the best value to the Government. If multiple quotes are received, the Government will award on a lowest price technically acceptable (LPTA) basis to the Offeror meeting the specifications of this combined synopsis/solicitation. The failure of an Offeror to provide information sufficient to determine conformance with the combined synopsis/solicitation may result in the Offeror being ineligible for award.
All Offerors MUST BE IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). Information concerning SAM registration requirements may be viewed via the Internet at https://www.sam.gov/portal/SAM/.
Going forward, all new entities registering in GSA’s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an “Active” status as the government cannot award to an entity without an “Active” SAM registration. More information can be found at www.gsa.gov/samupdate.
The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition:
FAR 52.203-3 Gratuities
FAR 52.203-11 Certification and Disclosure Regarding Payments To Influence Certain Federal Transactions
FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-7 System for Award Management
52.204-8 Annual Representations And Certifications (DEVIATION 2025-O0003/ DEVIATION 2025-O0004)
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-19 Incorporation by Reference of Representations and Certifications
FAR 52.204-20 Predecessor of Offeror
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation
FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.209-7 Information Regarding Responsibility Matters
FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.210-1 Market Research
FAR 52.211-11 Liquidated Damages--Supplies, Services, or Research and Development
FAR 52.212-3 Offeror Representations And Certifications--Commercial Products And Commercial Services (DEVIATION 2025-O0003/ DEVIATION 2025-O0004)
FAR 52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services
FAR 52.222-1 Notice To The Government Of Labor Disputes
FAR 52.226-7 Drug-Free Workplace
FAR 52.227-1 Authorization and Consent
FAR 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement
FAR 52.229-3 Federal, State And Local Taxes
FAR 52.232-17 Interest
FAR 52.232-23 Assignment Of Claims
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.233-1 Disputes
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.237-3 Continuity Of Services
FAR 52.242-13 Bankruptcy
FAR 52.242-15 Stop-Work Order
FAR 52.242-17 Government Delay Of Work
FAR 52.243-1 Alt I Changes--Fixed Price
FAR 52.252-2 Clauses Incorporated by Reference
The clause at FAR 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or
Executive Orders--Commercial Products And Commercial Services (DEVIATION 2025-
O0003/ DEVIATION 2025-O0004) applies to this acquisition. The following subparagraphs of FAR 52.212-5(b) apply: 1, 5, 9, 12, 13, 20, 25, 26, 31, 35, 36, 37, 39, 40, 46, 51, 55, 57, 59, and 63.
The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition:
DFARS 252.201-7000 Contracting Officer's Representative
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Right
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
DFARS 252.204-7015 Notice of Authorized Disclosure of Information Litigation Support
DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements
DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism
DFARS 252.211-7003 Item Identification and Valuation
DFARS 252.219-7003 Small Business Subcontracting Plan (DOD Contracts)
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism Satellite Services.
DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
DFARS 252.232-7003 Electronic Submission of payments and Receiving Reports
DFARS 252.232-7006 Wide Area Workflow Payment Instructions
DFARS 252.232-7010 Levies on Contracts
DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.239-7001 Information Assurance Contractor Training and Certification
DFARS 252.243-7001 Pricing Of Contract Modifications
DFARS 252.243-7002 Requests for Equitable Adjustment
DFARS 252.244-7000 Subcontracts for Commercial Products or Services?
All FAR and DFARS Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Site at https://www.acquisition.gov/.
No DPAS rating applies.
Offers are due no later than 1400 US Eastern Standard Time on 15 April 2025. Quotes will only be accepted by Contract Specialist, Gabriella Hinds at gabriella.h.hinds.civ@us.navy.mil. Responses must include the solicitation number; name, address and telephone number of Offeror; warranty information; discount terms, estimated delivery date; business type; CAGE code and TAX ID number. Proprietary data in the responses will be protected where so designated. Courtesy copy shall be provided to Audrey Rolland at audrey.l.rolland.civ@us.navy.mil, the Procuring Contracting Officer (PCO).
For questions regarding this acquisition, contact Gabriella Hinds at gabriella.h.hinds.civ@us.navy.mil