Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2006 FBO #1586
SOLICITATION NOTICE

72 -- PROVIDE AND INSTALL DECK COVERING

Notice Date
3/29/2006
 
Notice Type
Solicitation Notice
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
V2156060183799
 
Response Due
4/12/2006
 
Archive Date
4/27/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement hereby announces the request for quote for the required items under a new RFQ V2156060183799; a subsequent solicitation document will not be issued. Fleet Industrial Supply Center Norfolk intends to purchase for the USS WASP (LHD 1) the following items; CLIN 0001 Provide and Install Electrical Blue Grade Deck and Seal Covering: Remove existing deck matting and all underlayment down to bare metal surface. Prepare and prime deck surface in accordance with Gen Specs Section 631. Install new underlayment conforming to MIL-D-3135 and install new electrical grade sheet deck matting in accordance with Gen Specs Section 634. Deck mat to meet requirements of MIL Spec MIL-M-15562, Type 1. Matting shall be installed around electrical/ electronic equipment, panels, workbenches, etc. and shall be free of seams (joints) for a minimum distance of 3?-0? from such item. If the above is unavoidable, then seams shall be sealed by either an approved chemical sealing method or by a ?heat welding? process. The preferred method of sealing shall be dependent upon the manufacturers specifications for the particular material supplied under the mil spec stated above. The intent is to provide a continuous surface free of seams, craters or porosities. Exposed corners shall be rounded off. Installation shall conform to requirements stated in Gen Specs Section 634. Note: Cementing of the matting to the deck is optional and shall be done at the discretion of the ships representative. However, in way of removable, portable deck plates or deck fittings requiring access, cementing to the deck shall be omitted. Install in locations 02-73-0-C-LFOC; 02-73-2-C TAC LOG; 02-77-0-C Flag Pilot; 02-78-2-C Flag Brief; 02-76-5-2-C Flag Comm Annex; 02-65-1-C CIC P-Way. Total space measured at 2,938 SF. Note: The list of spaces spreadsheet shall be considered an estimate only. Actual space identification shall be established and agreed upon at a pre-work planning conference(s) between contractor and ship?s designated representative(s). CLIN 0002 ? Provide and install Porcelain Tile: Install underlayment type 1 class 2 mil 3135 epoxy to 100% level (plus or minus 2%) by screed or laser or hand. Rubber leveler coat is authorized once underlayment base is established. Contractor shall understand how critical this deck leveling stage is to the overall success of the installation. Install porcelain tile using NAVSEA approved epoxy setting material i.e. Ansia118.3 using a 3/8 notched trowel and back butter the tile 100% for a nice level setting bed. Contractor shall grout using NAVSEA approved epoxy grout i.e. Mapie Kera epoxy. Ship's representative shall choose tile style, size, color selection and final design. Note: The list of spaces spreadsheet shall be considered an estimate only. Total SF for the space (OS Head) is 73 SF. Actual space identification shall be established and agreed upon at a pre-work planning conference(s) between contractor and ship?s designated representative(s) Ship requests delivery completion no-later-than (NLT) 06 MAY 2006. FOB Point Destination Naval Base Norfolk, Norfolk, VA 23511. This solicitation is only open to all small business concerns within the Norfolk commuting area. This area known as Tidewater / Hampton Roads is defined as extending as far north as Williamsburg, as far south as the Chesapeake-North Carolina border, as far west as Suffolk, and is bordered on the east by the Atlantic ocean, Chesapeake Bay, and York River. This solicitation geographical limitation is essential for limiting possible financial impacts upon the Contractor and the Government; due to the need for possible Ship / Contractor pre-performance meetings and due to unforeseeable ship schedule changes during contract performance. Contractor geographical locations will be verified by information in the Central Contractor Registration (CCR) database. An official site visit is not scheduled. Interested contractors may schedule a site visit directly with SK1 Phillips at 757-444-1633 if interested. At minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449, either a price proposal on letterhead, or a SF1449 that should show the requested items; with their unit prices, extended prices, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by 12 APR 2006 at 1200 (12:00 P.M.) EST. Offers can be faxed to (757-443-1402), or emailed to jurmin.francis@navy.mil. Reference RFQ V2156060183799 on your proposal. [FSC= 7220]. Numbered Notes; Number 1, the proposed contract is 100% set aside for small business concerns. NAICS 238330 ($12.5M). The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2004), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2004) ALTERNATE I (APR 2002), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003)(a) Inspection/Acceptance Addendum: Contractor shall expect a reasonable degree of pre-acceptance inspection by ship?s representative(s) to validate and confirm all final product conforms to the specifications described in this solicitation and in conjunction with what is considered industry standard on U.S. Navy vessels here in Norfolk, FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2004) within this clause, the following clauses apply and are incorporated by reference: 52.219-06 Notice of Total Small Business Set-Aside (June 2003), 52.222-19 Child Labor?Cooperation with Authorities and Remedies (JAN 2004)(E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-41 Service Contract Act of 1965 (JUL 2005), 52.222-42 Statement of Equivalent rates for Federal Hires (MAY 1989), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003) (E.O.S, proclamations, and statutes administered by Office of Foreign Assets Control of the Department of Treasury), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) (31 U.S.C. 3322), FAR 252.232-7003 Electronic Submission Of Payment Requests (DEC 2003), FAR 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004, which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003) within this clause the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003), DFAR 252.204-7004, (NOV 2001), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2004), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004). Required Central Contractor Registration, (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number, means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database, means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov/.
 
Place of Performance
Address: NORFOLK, VA
 
Record
SN01017344-W 20060331/060329212745 (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.