Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2018 FBO #6175
MODIFICATION

49 -- Spray Unit & Accessories

Notice Date
10/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
333991 — Power-Driven Handtool Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Port Hueneme Division, 4363 Missile Way, Port Hueneme, California, 93043-4307
 
ZIP Code
93043-4307
 
Solicitation Number
N63394-19-T-0001
 
Archive Date
12/31/2018
 
Point of Contact
RACHEL T. SMITH, Phone: 805-228-0442
 
E-Mail Address
RACHEL.T.SMITH@NAVY.MIL
(RACHEL.T.SMITH@NAVY.MIL)
 
Small Business Set-Aside
N/A
 
Description
The purpose of Amendment 1 is to extend the due date pending additional information regarding item description. 10/18/2018. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 and Defense Federal Acquisition Regulation Supplement (DFARS) Public Notice (DPN) 20180824. The associated North American Industrial Classification System (NAICS) code for this procurement is 333991, with a small business size standard of 500 employees. Material Description: The NSWC PHD is seeking to purchase Graco, Inc., products as described below. The parts must be new genuine Graco items. Brand Name Only. Used or refurbished is NOT acceptable. We are requiring equipment that meets or economically exceeds the following specifications: (1) Can be utilized for specialized Room Temperature Vulcanizing Rubber (RTV) Coating mixed with two different solvents in a specific mixture formula that will provide a 30:1 ratio of fluid pressure at a given air pressure. This ratio is extremely crucial and important so that the correct type of viscosity of the RTV mixture can be sprayed on to a surface with a required constant Dry Film Thickness reading. (2) Air-Assisted model that allows for easier use to reach varying heights, altitudes, and diverse environmental conditions. (3) Compatible for Metal surface painting in laboratory applications, remote testing facilities, or onboard ships. The airless spray equipment cannot be used because of the current market design of the airless system spray rig configuration which will not let the RTV coating system have the proper fluid viscosity coming out the spray gun and being sprayed on the array face. Plural Component spray equipment are not feasible because this equipment does not allow our RTV chemical mixture to chemically mix properly together for the reaction among the chemicals to interact because the chemicals are mixed closed to the spray gun tip. The only type of equipment our spraying application is compatible with is an air assisted type equipment. The 30:1 is the pump ratio and motor ration that provides the proper air intake pressure and output spraying pressure and fluid viscosity. For our application the closest model that meets the 30:1 ratio is the Graco D60, 30 Liter Spray Unit 36:1 with a DataTrak Control Unit for monitoring the volumetric flow of the RTV mixture. Without the ratio being close to the 30:1, then the formula of the RTV mixture has to be recalculated, reformulated, and retested each time a task is started. The follow items as described is compatible with our coating applications using RTV onboard ships and works with the chemical formulation and the fluid viscosity. All interested companies shall provide a quotation for the following Supplies with the identified specifications: MFR: Graco, Inc. 2 ea: P/N SYSTEM, SUPPLY UNIT, 36:1, D60, 30L, DATATRAK 2 ea: P/N 24C855, GUN ASSEMBLY, AAG40, 4000 PSI 2 ea: P/N 2010UK, BLUE HOSE 50'X 3/8 FBE 6000WP 2 ea: P/N 1006UK, HOSE 50'X ¼ FBE 5000 WP 4 ea: P/N 71-1206, 5/16" AIR HOSE ASSEMBLY - 50 FT 20 ea: P/N GG4615, TIP, SPRAY 4 ea: P/N 255509, KIT CMPL. SEAL, L200CS 2 ea: P/N 255615, KIT BLEEDVALVE, ALL CARBON 2 ea: P/N NXT300, KIT REPAIR, SOFT SEAL NXT 3400 2 ea: P/N NXT100, KIT REPAIR, POPPET, ASSEMBLY 4 ea: P/N 249422, KIT, GUN, REPAIR, SEALS 2 ea: P/N 249456, KIT, NEEDLE, SEAT, G40 2 ea: P/N 24B789, KIT, NEEDLE,3/32 CARBIDE (G15/G40) 2 ea: P/N 24D439, KIT, G40 RETAINING RING 4 ea: P/N 224453, KIT, FILTER, 100 MESH (5) 2 ea: P/N 249180, AIR CAP, ASSY 10 ea: P/N GG4615, TIP, SPRAY 2 ea: P/N 2010UK, BLUE HOSE 50'X 3/8FBE 6000WP 2 ea: P/N 1006UK, HOSE 50'X 1/4FBE 5000WP 4 ea: P/N 71-1206, 5/16" AIR HOSE ASSEMBLY - 50 FT The full text of FAR provisions or clauses may be accessed electronically at: http://acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html http://farsite.hill.af.mil/ APPLICABLE SOLICITATION PROVISIONS FAR 52.204-7 System for Award Management. FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-17 Ownership or Control of Offeror. FAR 52.204-20 Predecessor of Offeror. FAR 52.204-22 Alternative Line Item Proposal. FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation. FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.211-6 Brand Name or Equal. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-2 Evaluation-Commercial Items. FAR 52.219-1 Small Business Program Representations. FAR 52.222-22 Previous Contracts and Compliance Reports. FAR 52.222-46 Evaluation of Compensation for Professional Employees. FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification. FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification. FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals- Representation. FAR 52.225-18 Place of Manufacture. FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. APPLICABLE CONTRAT CLAUSES FAR 52.204-13 System for Award Management Maintenance. FAR 52.204-18 Commercial and Government Entity Code Maintenance. FAR 52.204-19 Incorporation by Reference of Representations and Certification. FAR 52.211-15 Defense Priority and Allocation Requirements. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.232-39 Unenforceability of Unauthorized Obligations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-1 Disputes. FAR 52.234-1 Industrial Resources Developed Under Title III, Defense Production Act. FAR 52.243-1 Changes-Fixed Price. FAR 52.244-6 Subcontracts for Commercial Items. FAR 52.246-1 Contractor Inspection Requirements. FAR 52.246-16 Responsibility for Supplies. FAR 52.247-34 F.o.b. Destination. FAR 52.252-2 Clauses Incorporated by Reference. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.223-7008 Prohibition of Hexavalent Chromium. DFARS 252.225-7001 Buy American and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.225-7027 Restriction on Contingent Fees for Foreign Military Sales. DFARS 252.225-7028 Exclusionary Policies and Practices of Foreign Governments. DFARS 252.225-7048 Export-Controlled Items. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items. DFARS 252.246-7000 Material Inspection and Receiving Report. DFARS 252.247-7023 Transportation of Supplies by Sea. HQ G-2-0009 Supplemental Instructions Regarding Invoicing (NAVSEA)(APR 2015) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.219-28 Post Award Small Business Program Representation. FAR 52.219-30 Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Equal Opportunity for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM This is not a rated order under the Defense Priorities and Allocations System INSTRUCTIONS FOR OFFERORS This is a combined synopsis/solicitation for supplies as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. Vendor must also be currently registered in the System for Award Manage (SAM). Submission shall be received not later than 5:00PM PDT on 19 October 2018 to Rachel T. Smith at rachel.t.smith@navy.mil. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the point(s) of contact listed below: Rachel T. Smith rachel.t.smith@navy.mil. Only questions and concerns provided prior to 12 October 2018 will receive a response. Responses to questions and concerns received shall be posted publicly in an amendment to this solicitation. Quotations shall contain the following: (1) Vendor Administrative Information: a. Cage Code: b. Dun & Bradstreet #: c. Tax ID #: d. Special Small Business Sub-Category (if applicable): e. Pricing: Are the items quoted available on a commercial, published, or on-line price listing? If so, please attach to the RFQ response. If internal price listing, please provide the title of your price list with the page number the items are listed on & the date it was established. f. If quoting on a GSA Schedule, please provide Schedule Number and Expiration Date. (2) Price Breakdown. The quote shall include: Item Description, Unit Cost, Quantity, and Subtotal. The Quote shall reflect an all-inclusive price (e.g., includes delivery cost). (3) Statement that the quotes are good for 60 calendar days. EVALUATION Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (aka, Lowest Priced, Technically Acceptable (LPTA)). The government will evaluate information based on the following evaluation criteria: (1) Price. Total price will be evaluated. (2) Technical Capability. The Offeror's technical capability will be assessed based upon the vendor providing a quotation based on the part numbers provided in this solicitation. Technical capability will receive an "acceptable" or "not acceptable" rating.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N63394/N63394-19-T-0001/listing.html)
 
Place of Performance
Address: NAVAL SURFACE WARFARE CENTER, PORT HUENEME DIVISION, 4363 MISSILE WAY, PORT HUENEME, California, 93043, United States
Zip Code: 93043
 
Record
SN05128795-W 20181020/181018230805-45b8f2f993611eff73370d8bc4b4809f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.