Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
SOLICITATION NOTICE

J -- U.S. NAVY SHIPBOARD HABITABILITY

Notice Date
8/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
N68836 FISC JACKSONVILLE, MAYPORT DET Bldg. 191, Naval Station Mayport Fleet Contracting Center Mayport, FL
 
ZIP Code
00000
 
Solicitation Number
N6883609T0351
 
Response Due
9/14/2009
 
Archive Date
9/29/2009
 
Point of Contact
Susan M Pierce 904-270-5699 x-146
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service 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 N68836-09-T-0351 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 and Defense Acquisition Change Notice 20080124. The North American Industry Classification System (NAICS) code is 332322 and the business size standard is 500 employees. Fleet and Industrial Supply Center, Mayport FL, intends to purchase on a competitive basis restricted for small business only (100% total small business set aside) shipboard habitability as specified in the statement of work herein. STATEMENT OF WORK Place of Performance: USS Robert G. Bradley FFG49, pierside, Naval Station Mayport FL 32228Ship's Point of Contact to schedule site visit for quoting and scheduling work site access: SK1(SW) Jones, tel: 904-270-7941, email: jonesj@ffg49.navy.mil Period available for site visit: 01-05 Sep 2009, excluding 02 Sep (for quoting purposes) Period of performance: Upon award, the contractor is responsible for coordinating/scheduling access to work sites. Work shall be completed within period 21 Sep 09 - 31 Dec 09. The Contractor, as an independent contractor and not as an agent of the Government, shall on the terms and conditions more particularly described herein, furnish the management, labor, and materials necessary for and incidental to the performance of habitability work set forth below. 1. Wardroom Salad Bar a. Remove existing sideboard, computer storage cabinet, and condiment cabinet for proper disposal. b. Manufacture and install one (1) modular salad style sideboard(1) Cabinet configuration as follows: Cabinets 1 and 3 will be similar to SFC B-4A-1, Unit No. 1. Cabinet 1 will have drain tank with piping. Cabinet 2 will be similar to SFC B-4A-1, Unit No. 2.(2) Counter top will have recessed stainless steel pan for loading of ice to chill salads and fruits. Stainless steel will conform to FedSpec QQ-S-766. Pan will be drain able.(3) Manufacture applicable stainless steel condiment insert.(4) Provide applicable laminated pan covers with brass flush mount pulls.(5) Sub base to be manufactured to slope of deck to provide proper drainage.(6) One each laminated garnish tray with sneeze shield and brass stands. 2. Wardroom Table Covers a. Provide labor and material to manufacture 2 each U shaped vinyl table covers. b. Provide services to have ship's crest silk screen in three locations. 3. Wardroom Chair Covers a. Provide labor and material to manufacture 28 each Nomex chair covers 4-inch with ship's crest embroidered on back panel. b. Provide labor to embroider CO in 2.5-inch letters on 2 each front panels. c. Provide labor to embroider XO in letters and 4-inch wide SWO pin on 2 each front panels. 4. Wardroom Beverage Line a. Provide labor to remove beverage equipment and turn over to ship's force, stainless steel counter top and retain, and beverage cabinets for proper disposal. b. Manufacture and install new cabinets, using old as templates. c. Provide labor to install stainless steel counter top and beverage equipment. d. Ship's force to be responsible for all tag outs, disconnects, reconnects, and tag ins of equipment. 5. Officer Staterooms Carpet. Provide labor and material to replace approximately 55 sqyds shipboard approved carpet. 6. CPO Mess Table Covers a. Manufacture and deliver 2 each custom fir vinyl table covers. b. Provide services to have covers silk screened with ship's crest. 7. CPO Mess Hot Bar a. Provide labor to remove existing hot bar for disposal. b. Manufacture and install 1 each 3 pan hot bar(1) Cabinet to have sloped 6-inch sub base and removable bottom shelf and back for cleaning and plumbing.(2) Sneeze shield to have brass brackets and garnish tray.(3) Counter top to have spring loaded dispensers to accommodate 12-inch plates. c. Provide hard line drain plumbing. 8. CPO Mess Salad Bar a. Provide material and labor to install cold food bar/reefer. b. Sneeze shield/garnish tray to be similar to hot bar. c. Salad bar to have add on side cabinet and counter top. d. Counter top to have spring loaded dispenser for bowls and cutouts for silverware. 9. Crew's Mess Deck Table Covers a. Manufacture and deliver 12 each table covers. b. Provide services to have the following silk screens applied to each(1) 1 each single color ship's crest.(2) 2 each ESWO. 10. Crew's Mess Deck Seating. Provide material and labor to replace 32 each 180 degree swivels for McDonald style chairs. All work performed and material provided shall be in accordance with Habitability Materials List Rev K and specifications below, as applicable. The Contractor shall provide a certificate of conformance in the format of a Habitability Certificate. MIL-STD-1623MIL-A-21016MIL-P-17171, Types I & IVFEDSPEC SS-T-312NAVSEA DWG 804-5000991FEDSPEC MMM-A-130NAVSEA S9AA0-AA-SSPN-010NAVSEA S9AA0-AB-GOS-010-GSO Ship's Force Responsibilities:1. Remove and reinstall all ships service systems and interference (i.e., steam, potable water, drains, AC, electrical and IC, etc)2. Provide permission to perform hot work with applicable hot work chits, gas free certificates and fire watches.3. Provide a ship's representative liaison to facilitate and speed of any and all contractor/ship coordination and limit delays and work stoppage.4. Secure and limit traffic to work area to allow timely and professional performance by the contractor.5. All services required not listed to perform scope of work.6. Any and all additions, subtractions and modifications to ship's systems (i.e., steam, potable water, drains, AC, electrical and IC, etc.)7. Repairs to disturbed surfaces unless listed in scope (lagging, paint, deck, etc)8. Cover and protect interference and furnishings not being removed during renovations or improvements9. Adequate electrical power, LP air, access, tool and materials storage aboard ship and ventilation____________ 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) Provision 52.212-1 Instructions to Offers-Commercial, 52.212-2 Evaluation-Commercial items, Provision 52.212-3 Offeror Representations and Certifications- Commercial Items, Provision 52.222.22 Previous Contracts and Compliance Reports, Clause 52.204-7 Central Contractor Registration, 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: 52.219-6 Notice of Total Small Business Set-Aside, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Proh! ibition 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, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Mandatory Information for Electronic Funds Transfer Payment, Clause 52.219-1 Alt 1 Small Business Program Representations, and the following DFARs provisions and clauses: Provision 252.225-7000 Buy American Act-Balance of Payments Program Certificate, Clause 252.204-7004 Central Contractor Registration, Clause 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, and 252.232-7003 Electronic Submission of Payment Requests). Registration in the Central Contractor Registration (CCR) Database is a requirement for award. Go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer or provide updated information via ORCA. 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 10:00 A.M. EASTERN TIME, 14 SEP 2009. It is the contractor's responsibility to ensure receipt by that date. Quotations must be in writing and may be faxed, emailed, or mailed to the following. Susan M Pierce, Fleet and Industrial Supply Center, Bldg, 191 Naval Station Mayport FL 32228. Fax 904-270-6498, Telephone 904-270-5699 x-146, email susan.m.pierce@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836Mayport/N6883609T0351/listing.html)
 
Place of Performance
Address: Shipboard, Pierside, Naval Station, Mayport, FL
Zip Code: 32228
 
Record
SN01933982-W 20090902/090901001041-747c3a09c8b789a5b27b37ec4bd96510 (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.