MODIFICATION
72 -- GALLEY UPGRADE
- Notice Date
- 3/21/2008
- Notice Type
- Modification
- NAICS
- 442299
— All Other Home Furnishings Stores
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097, UNITED STATES
- ZIP Code
- 32212-0097
- Solicitation Number
- Reference-Number-N8344708RC015XB
- Response Due
- 3/26/2008
- Archive Date
- 4/10/2008
- Point of Contact
- Arleen Starks, Contract Specialist, Phone (904) 542-4452, Fax (904) 542-1095
- E-Mail Address
-
arleen.starks@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work I. Overview: This document describes the comprehensive objectives to be accomplished and the work to be performed by the contractor selected. All work shall occur upon Naval Air Station Joint Reserve Base, Fort Worth, Texas (NAS JRB Fort Worth). The objective or end-result product to be achieved is paint dining hall ceilings & bathroom, replace carpet under booth area, install Pedant lights, wallpaper, remodel of cabinets- rebuild of booth area. Rebuild ice cream pergula-repair floor under counters. 2. Description of Work: A. The contractor shall purchase and install all equipment to include the follow items, check out counter, light bars, new lockers, carpet squares, table cloths, planter boxes, lamps, artwork, end tables, menu board, mirrors & chandelier. B. In order to achieve the objective the contractor must install the Pendant lights over 40 booths, install 10 fixture lights in hallway- remove existing. Replace counter tops in 4 restrooms. Construction of cabinet to house silverware carts. Install lockers in restroom. Build new check out counter. Remodel 20 planter boxes located in dining hall. Replace carpet under booth area & partitions. Rebuild Ice cream pergula-repair floor under counters and remove all debris. Removal partitions, cabinets and remodel of remaining. Rebuild booth area, wallpaper for booth area, partitions and 4 restrooms. Install plumbing and electrical modifications for counter partitions in dining hall. Install 18 Pendant lights over serving lines. Install light bars in restrooms. Install light over check out counter. C. The contractor shall provide and install all equipment within a 2 month period. D. The contractor shall provide accurate "as built" drawings of the lockers we are requesting. E. All equipment and material being installed will be new. 3. Requirements: A. The contractor shall provide all labor, equipment and materials necessary to engineer, furnish, install, test, and design these function. In order to achieve the objective the contractor must install the Pendant lights over 40 booths, install 10 fixture lights in hallway- remove existing. Replace counter tops in 4 restrooms. Construction of cabinet to house silverware carts. Install lockers in restroom. Build new check out counter. Remodel 20 planter boxes located in dining hall. Replace carpet under booth area & partitions. Rebuild Ice cream pergula-repair floor under counters and remove all debris. Removal partitions, cabinets and remodel of remaining. Rebuild booth area, wallpaper for booth area, partitions and 4 restrooms. Install plumbing and electrical modifications for counter partitions in dining hall. The prime contractor shall ensure that any subcontractors comply with the provisions of the contract and this statement of work. B. The contractor shall notify the government point of contact of any discoveries and or corrections of deficiencies that have the potential of affecting services to the facilities. C. Prior to the start of the installation, the contractor shall be required to attend a meeting with the government point of contact and others involved personnel, designated by the government point of contact. At this meeting, access to the facilities building 1506 located on NAS JRB naval base in Fort Worth, TX. As well as all existing communications infrastructure facilities, shall be coordinated and 'points of contact between the contractor and the facility established. D. The contractor shall maintain the installation and storage areas free from accumulation of waste material and rubbish. Upon completion of the project, the contractor shall remove all tools, equipment or materials that are not designated as government property from the premises. Upon completion of work, the work areas shall be in a clean and un-obstructive condition. 4. Deliverables: A. The contractor shall test and make operational all newly installed tiled for the designated facilities as specified within this statement of work and any applicable documents. Any downtime shall be coordinated with the government point of contact. Minimum down time is to be incurred by installation users during testing and cutover. The contractor is to notify the government point of contact twenty-four (24) hours prior to any final changes. B. The contractor shall clean all fiber termination points prior to completion of tile, and shall perform a final acceptance test of the newly installed equipment strands contained within the facility in the presence of the government point of contact or a duly authorized designee. 5. Materials: A. The contractor shall provide all equipment and materials required to install, verify and test the newly installed lights, plumbing and all equipment. B. 4 Large chandeliers in dining halls to be added. C. No damaged equipment, lights, or other materials shall be installed. D. The contractor shall perform work associated with lighting, rebuild cabinets, and counter tops. 7. Safety: Safety is paramount during all phases of the installation. At any time, should it be determined from reputable sources that equipment is being operated or that work is being performed in an unsafe manner, all work will be suspended until the contractor has corrected the problem. The contractor is responsible for reporting any Occupational Safety and Health Administration (OSHA) violations that occur on the job site or among any employees to the installation NAVOSH manager (Mr. Phil Epps, 817-782-5444). 8. Restoration: The contractor shall provide all labor, equipment and materials necessary to engineer, furnish, install, test, and design all new work to be perform at Moreland hall dining facility. In order to achieve the objective the contractor must fabricate install the Pendant lights over 40 booths, install 10 fixture lights in hallway- remove existing. Replace counter tops in 4 restrooms. Construction of cabinet to house silverware carts. Install lockers in restroom. Build new check out counter. Remodel 20 planter boxes located in dining hall. Replace carpet under booth area & partitions. Rebuild Ice cream pergula-repair floor under counters and remove all debris. Removal partitions, cabinets and remodel of remaining. Rebuild booth area, wallpaper for booth area, partitions and 4 restrooms. Install plumbing and electrical modifications for counter partitions in dining hall. The prime contractor shall ensure that any subcontractors comply with the provisions of the contract and this statement of work. 9. Ground system: All debris shall be halt away when removing petition and installing plumbing in existing area in the dining hall. 10. Subscriber service interruptions: Should the contractor deem that any service interruption will occur from the installation of this new plan, the contractor shall notify the government point of contact as early as possible. The contractor shall afford the government a reasonable span of time for the procurement of an alternative service method, should that necessity exist. 11. OSP drawings: A. The Navy assumes no responsibility for the accuracy of details. The contractor shall be responsible for the ultimate accuracy and completeness of all data, drawings, plans, materials lists, and work schedules produced as part of the contract and this statement of work. 12. Licenses and permits: The contractor is responsible for obtaining all licenses and permits at no cost to the government and complying with all applicable laws, codes or regulations at delivery location. The contractor shall submit the Federal Communications Commission (FCC) registration and certificate number for direct interconnection in accordance with FCC rules and regulations, part 68. 13. System acceptance test: A. The contractor will perform an acceptance test of the newly installed chandeliers, hallway lighting, lamps, Pendant lighting, painting, counter tops replacement & p NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/N688361/Reference-Number-N8344708RC015XB/listing.html)
- Place of Performance
- Address: NAS JRB FORT WORTH GALLEY FORT WORTH, TX
- Zip Code: 76127
- Country: UNITED STATES
- Zip Code: 76127
- Record
- SN01539273-F 20080323/080321231658 (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 |