Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2002 FBO #0195
SOLICITATION NOTICE

J -- SHIPBOARD HABITABILITY RENOVATION

Notice Date
6/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Mayport Detachment, Fleet Contracting Center Bldg. 191, Naval Station Mayport, Mayport, FL, 32228-0107
 
ZIP Code
32228-0107
 
Solicitation Number
N68836-02-T-0231
 
Response Due
7/2/2002
 
Archive Date
7/17/2002
 
Point of Contact
Judith Hopper, Purchasing Agent, Phone (904) 270-5699 X147, Fax (904) 270-6498, - Mary Hart, Supervisory Purchasing Agent, Phone (904) 270-5699 X150, Fax (904) 270-6498,
 
E-Mail Address
judith_k_hopper@jax.fisc.navy.mil, Mary_L_Hart@jax.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is restricted to shipboard habitability sources; all responsible vendors may submit a quotation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-02-T-0231applies and is issued as a Request for Quotation. This procurement is a small business set aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-45. The North American Industry Classification System (NAICS) code is 337215 and the business size standard is 500 employees. Fleet Contracting Center, Mayport Fl intends to purchase on a full and open competitive basis shipboard habitability renovation of the CPO Lounge (2-168-2-l), CPO Mess (2-168-2-L), and Central Office Complex (2-328-0-Q) on board the USS Klakring FFG-42 Naval Station Mayport Fl 32228. Work to begin August 2002 and work with ship's point of contact for available in port dates. Ship's point of contact is LT Kunselman or SK1 Debolt 904-270-6295. This requirement is for a fixed priced contract for twelve line items as follows. Line Item 0001: CPO MESS False Overhead/Lightning and Vent Diffusers Remove existing false overhead panels, grid, and lights. Provide labor and materials to install (approx 320 SF) new grid system , Chicago Metallic #830, type "F". Including applicable wall angles, mains 48" T and 24" T's. Provide and install new 24" x 24" polyvinyl chloride aluminum backed ceiling panels. Line Item 0002: CPO MESS Vinyl Wall Covering Provide labor and materials to replace all existing vinyl wall covering (approx. 72 linear feet). Replace with new vinyl wall covering that meets Fed Spec CCC-W-408, Type II. It shall be installed in accordance with NAVSEA Dwg # 804-50000991. The adhesive used shall meet Fed Spec MMM-A-130. Line Item 0003: CPO LOUNGE False Overhead/Lightning and Vent Diffusers Remove existing false overhead panels, grid, and lights. Provide labor and materials to install (approx 138 SF) new grid system , Chicago Metallic #830, type "F". Including applicable wall angles, mains 48" T and 24" T's. Provide and install new 24" x 24" polyvinyl chloride aluminum backed ceiling panels. Line Item 0004: CPO LOUNGE Vinyl Wall Covering Provide labor and materials to replace all existing winyl wall covering (approx. 52 linear feet). Replace with new vinyl wall covering that meets Fed Spec CCC-W-408, Type II. It shall be installed in accordance with NAVSEA Dwg # 804-50000991. The adhesive used shall meet Fed Spec MMM-A-130. Line Item 0005CPO LOUNGE CARPET Remove existing carpet and replace with 100% Wool, Fed. Spec. DDD-C-95, color Navy-Accent. Approx 138 SF. Dispose of old carpet. Line Item 0006CPO LOUNGE L-SHAPED SOFA Remove sofa to contractor's facility and remove existing fabric, reinforce spring system and add 1" Shipboard approved foam. Provide and install new shipboard approved fabric. Woven fabric, color blue. Line Item 0007:CPO LOUNGE SINGLE CHAIR: Remove chair to contractor's facility and remove existing fabric, reinforce spring system and add 1" Shipboard approved foam. Provide and install new shipboard approved fabric. Woven fabric, color blue. Line Item 0008: CENTRAL OFFICE COMPLEX Overhead False Overhead/Lightning and Vent Diffusers. Remove existing false overhead panels, grid, and lights. Provide labor and materials to install (approx 960 SF) new grid system , Chicago Metallic #830, type "F". Including applicable wall angles, mains 48" T and 24" T's. Provide and install new 24" x 24" polyvinyl chloride aluminum backed ceiling panels. Line Item 0009: CENTRAL OFFICE COMPLEX WORK STATIONS Remove existing work stations, relocate 2 existing file cabinets from port bulkhead to starboard forward corner of compartment. Provide and install new 2 each double workstation with viewport computer system and overhead bookshelf and routing boxes. Provide and install new single workstation with viewport computer system and overhead bookshelf and routing boxes. Approx. area of removal and installation is 16 feet. Line Item 0010: CENTRAL OFFICE COMPLEX MAA OFFICE Remove existing office furniture. Provide and install new honeycomb bulkhead and MJD to enclose space, approx. length of bulkhead is 7ft in width. Provide and install new single workstation with viewport computer system and overhead bookshelf and routing boxes. The enclosed area is at the forward part of the compartment. Line Item 0011: CENTRAL OFFICE COMPLEX CCC OFFICE - Remove existing office furniture. Provide and install new honeycomb bulkhead and MJD to enclose space, approx. length of bulkhead is 8ft in width. Provide and install new single workstation with viewport computer system and overhead bookshelf and routing boxes. The enclosed area is at the aft part of the compartment. Line Item 0012: CENTRAL OFFICE COMPLEX BULKHEAD Provide and paint the bulkhead white in the space. All materials procured/installed shall be in accordance with military specification MIL-STD-1623 fire performance requirements and specifications for interior finish materials and furnishings (Naval Shipboard use) and adhere to all applicable specifications set forth in NAVSEA habitability materials list, revision k dated may of 1996. Specifications and Statement of Work to be supplied upon request. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: "additionally, the Government will accept the contractor's commercial warranty." Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and the following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M July 2, 2002. Quotations must be in writing and may be faxed, emailed or mailed to the following. Attn Judith K Hopper, Fleet Contracting Center, FISC JAX BLDG, 191 Naval Station Mayport FL 32228. Telephone 904-270-5699 x147 Fax 904-270-6498. E-mail judith_k_hopper@jax.fisc.navy.mil. numbered note 1 applies.
 
Place of Performance
Address: USS KLAKRING FFG 42, NAVAL STATION MAYPORT, MAYPORT FL
Zip Code: 32228
Country: UNITED STATES
 
Record
SN00093259-W 20020615/020613213335 (fbodaily.com)
 
Source
FedBizOpps.gov 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.