SOLICITATION NOTICE
J -- Carpet & Tile Replacement: Services & Mat''l
- Notice Date
- 6/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Military Sealift Command, Military Sealift Command Pacific, 140 Sylvester Road Naval Base Base Point Loma- Bldg 139 3rd Floor, San Diego, CA, 92106-3521
- ZIP Code
- 92106-3521
- Solicitation Number
- N62383-03-T-0496
- Response Due
- 7/11/2003
- Archive Date
- 7/26/2003
- Point of Contact
- Tamara Cunningham, Contract Specialist, Phone 619-553-7768, Fax 619-553-7774, - Jessica Black, Contract Specialist, Phone 619-553-0081, Fax 619-553-7774,
- E-Mail Address
-
tamara.cunningham@navy.mil, jessica.black@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 1. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; No written solicitation will be issued. Solicitation Number : N62383-03-T-0496 is used for reference purposes. The Military Sealift Command, Pacific has a requirement for small business set aside, as per A. Statement of Work: NOTE: Shipcheck is mandatory for this requirement. 1. Provide services, labor and material of a Qualified Marine Decking Contractor to replace the carpeting and /or tile in 20 staterooms and one (1) Office with Stratica tile. 2. Contractor required to provide Material: (a) USCG approved carpet i.a.w. 16 CFR 1630 and 46 CFR 72.05.55. (b) Carpet to be 100% wool. (c) Deck tile shall be Stratica tile, and vinyl cove base. (d) Carpet and deck tile samples will be given to the Captain and/or his designated personnel for selection. 3. The Contractor is required to coordinate with the Chief Mate and inspect each of the rooms/spaces to be carpeted. Ensure that Crew Members have removed all personal effects from the rooms. 4. Remove all portable furniture from the rooms. Store the furniture in an area/areas designated by the Chief Mate. Upon completion of re-carpeting the rooms, return the portable furniture to the rooms from which it was removed. 5. Remove and dispose of existing carpeting and / or tile, underlayment (if required) and vinyl cove molding as scrap. Clean and prepare the exposed decking for new carpeting or tile. Provide and install new floor tile in the entry portion of each stateroom. approx. 3 - 4 square feet per stateroom. Provide and install a divider between the new tile and new carpet. This is to be smooth and have a low profile so as not to create an trip hazard. 6. Provide and install new USCG approved carpeting and / or tile and underlayment conforming to the requirements of paragraph 3.2 and matching that removed. Provide and install new vinyl cove molding matching that removed. 7. The Chief Mate and Chief Steward shall inspect the completed carpeting and cove molding installation in each room for defects prior to the reinstallation of portable furnishings. 8. All rooms will be vacated at the same time except as noted. Ship's Crew will relocated to other rooms onboard.The Duty Engineer room 05-68-2 will be accomplished last. This is to allow for the duty engineer to monitor the engine room alarm panel. Once Engineering rooms are complete the last room will be turned over for work. B. Vessel Availability and Location: NAVSTA SAN DIEGO. Anticipated from 15 Sep – 05 Oct 2003. Please contact Port Engineer ANH HO @ 619 524 9790 for the exact date and location. 2. Provide FIRM price as to Labor (S/T), Labor (P/T), Labor ( O/T), Travel, Per diem, and other charges involved. Request FOB destination (San Diego) pricing. The proposed contract action is for services for which the government intends to compete. This requirement is a small business set aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. The following clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items; however, sub-paragraphs (g) and (h) are deleted as this is an RFP. FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: The government will evaluate the proposals based on: (a) Price (b) Past Performance. Offerors shall submit, as a part of their proposal , completed copies of the provisions at FAR 52.212-3 with Alt I, Offeror Representations and Certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition; addenda are as stated herein. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following clauses within paragraph 52.212-5(b) apply to this solicitation: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFARS 252.204-7004, Required Central Contractor Registration and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The following clauses within paragraph 252.212-7001(a) apply to this solicitation: DFARS 252.225-7001, Buy American Act and Balance of Payments Program; Required Central Contractor Registration applies to this acquisition. The complete text of any of the clauses and provisions effective on the date of the latest Federal/Defense Acquisition Circular is available electronically from the following site: http://farsite.hill.af.mil Offers in response to this combined synopsis/solicitation are due not later than 11 July 2003, 12:00 PM Pacific Time. Contractors offering in response to this notice should ensure registration in the Central Contractor Registration Database prior to submission for consideration. For further information regarding this acquisition, please contact : Tamara Cunningham at (619)553-7768, e-mail: tamara.cunningham@navy.mil. Proposed contractors are requested to submit quotes via e-mail, however, facsimile copies are acceptable at 619-553-7774. Hard copies will not be accepted. NAICS: 336611, Size standard: 1,000 Employees.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/MSC/N10/N62383-03-T-0496/listing.html)
- Place of Performance
- Address: San Diego area.
- Zip Code: 92106
- Country: USA
- Zip Code: 92106
- Record
- SN00359560-F 20030629/030627221955 (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 |