Document Type: Combined Solicitation/Synopsis
Solicitation Number: N63394-19-T-0205
NAICS: 334516
FSC/PSC: 6625
Contracting Office Address:
NAVAL SURFACE WARFARE CENTER
PORT HUENEME DIVISION
4363 MISSILE WAY
PORT HUENEME, CA 93043-4307
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, N63394-19-T-0205, is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06 effective 10 September 2019.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1,000 employees. Product Service Code (PSC) is 6625.
100% Small Business set-aside.
Material Description:
The Naval Surface Warfare Center, Port Hueneme Division (PHD) is seeking to purchase the following Brand Name Spectro2Meter that is manufactured by BYK Gardner USA. The testing of color requires the measuring of various items. The color of the materials tested must meet the American Society for Testing and Materials (ASTM) 2244 standard, which identifies the test procedure for the Calculation of Color Tolerances and Color Differences from Instrumentally Measured Color Coordinates. The product has to be able to test ΔL (difference in lightness and darkness), Δa (difference in red and green), and Δb (difference in yellow and blue). It also needs to be able to test gloss. Because of the sensitivity of color, accuracy is important where this equipment can measure within 0.1 for each tristimulus value (L, A and B). In our measurements, we compare the test sample's color to either a measured standard or the L, A and B values. This measurement is identified as ΔE which the test equipment can calculate. Lastly, it needs to be able to test fluorescence. Other features that are required is that the test equipment has the ability to measure and store data to compare with the sample being measured. The accuracy of color measurements is important since the test samples being measured are installed on the ship exterior.
All interested companies shall provide a quotation for the following supplies:
CLIN 0001 BRAND NAME (Mfr: BYK Gardner USA)
P/N 7600-0000-3201 CM-25cG Spectrophotometer Package (QTY 1) that includes the following:
Docking station with built-in calibration standard
Additional calibration standard
Software; smart-process Color or smart-lab Color with 2 licenses
USB cables for data transfer (Type C; Type B; USB A to C Adapter)
Protection cap
Short instructions
Carrying case
Installation training
2-year warranty
CLIN 0002 SHIPPING
Required delivery is 7-10 days ARO.
DEFENSE PRIORITIES AND ALLOCATIONS SYSTEM:
This is not a rated order under the Defense Priorities and Allocations System.
Place of Delivery Address:
NAVAL SURFACE WARFARE CENTER
PORT HUENEME DIVISION, BLDG. 435
4363 MISSILE WAY
PORT HUENEME, CA 93043-4307
Inspection and Acceptance is to be at Destination.
INSTRUCTIONS FOR INDUSTRY:
Vendors must complete annual representations and certifications online at: http://www.sam.gov/portal in accordance with FAR 52.212-3, "Offeror 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 Management (SAM).
Submission shall be received not later than 12:00 p.m. PDT on 23 September 2019 to Pamela Stiles at pamela.stiles@navy.mil. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1, "Instructions to Offerors - Commercial Items."
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the point(s) of contact listed below:
Pamela Stiles at Pamela.Stiles@navy.mil
Questions shall be submitted via e-mail no later than 17:00 p.m. PST on the sixteenth (16) calendar day preceding the closing date shown on page one (1) of this solicitation. Responses to questions or 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 and Bradstreet Number
•c. Tax ID Number
•d. Special Small Business Sub-Category (if applicable)
•e. Pricing: If the items quoted are available on a commercial, published, or online-line price listing, attach the listing to the RFQ response. If using an internal price listing, provide the title of your price list, the page number on which the items are listed, and the date the price list was established. If quoting on a GSA Schedule or Blanket Purchase Agreement (BPA), 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
Evaluation of quotes will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability factors for non-cost factors (ie., 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 Vendor'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.
•(3) Past Performance.
Past performance will be considered on a pass/fail basis. Offerors need not submit past performance information. The government will consider past performance information from web based sources in accordance with DFARS 231.106-2 and 252.213-7000.
Adjectival Rating Description
Acceptable: Based on the Offeror's performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort.
Unacceptable: Based on the Offeror's performance record, the Government does not have a reasonable expectation that the Offeror will be able to successfully perform the required effort.
PAM J STILES, PURCHASING AGENT, Phone 805-228-8754, Fax 805-228-6299, Email pamela.stiles@navy.mil