Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2011 FBO #3572
SOLICITATION NOTICE

J -- REUPHOLSTERING OF SOME SHIPBOARD FURNITURE, REPLACEMENT OF LED LIGHT BULBS, AND REPLACEMENT OF DIMMER SWITCHES.

Notice Date
9/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811420 — Reupholstery and Furniture Repair
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018911T0482
 
Response Due
9/16/2011
 
Archive Date
10/31/2011
 
Point of Contact
CHERYL BLEDSOE 757-443-1335
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-11-T-0482. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-48 and DFARS Change Notice 20101229. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811420 and the Small Business Standard is 500 employees. The proposed contract is 100% set aside for small business concerns. NAVSUP Fleet Logistics Center, Norfolk requests responses from qualified sources capable of furnishing labor and materials to reupholster berthing furniture aboard the USS IWO JIMA (LHD-7) in accordance with the Statement of Work - See attachment. Please notify if site visit is needed and it will be arranged onboard the USS IWO JIMA (LHD-7) located at Norfolk, VA. Date TBD by coordinating with prospective vendors and ship s POC. Request for Quote due September 16, 2011. Estimated Period of Performance is within 2 weeks ARO with vendor to contact customer within 2 days of award to setup schedule repair of berthing furniture. Performance Location is USS IWO JIMA (LHD-7), Norfolk, VA 23511. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible to meet all inspection requirements and quality control. The Contracting Officer reserves the right to reduce the scope of work after receipt of proposed prices. The following FAR provision and clauses are applicable to this procurement: 52.204-7 CCR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation Commercial Items 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-36 Payment by Third Party 52.222-36 Affirmative Action for Workers w/Disabilities 52.222-50 Combating Trafficking in Persons 52.215-5 Facsimile Proposals (OCT 1997). (Fax Number: 757-443-1402) 52.247-34 FOB Destination Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003), DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003), 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003), 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). This announcement will close at 3:00 pm EST on 16 September 2011. Contact Cheryl Bledsoe who can be reached at 757-443-1335 or email cheryl.bledsoe@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote by fax to 757-443-1402 which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ******** STATEMENT OF WORK USS IWO JIMA (LHD-7) 1.0REQUIREMENTS: All construction, material and procedures must be in accordance with all corresponding MIL Specs for approved use aboard US NAVY SHIPS and applicable hull type drawings and standards. Furniture item numbers referred to herein may indicate a specific furniture item described in the U.S. NAVY shipboard furniture catalog: NAVSEA S9600-AD-GTP-010. NAVSEA drawing numbers for fabrication of furniture items are given when available. All furniture items are to be fabricated in accordance with the following specifications where applicable: (note: workmanship described herein must be adhered to). A.Mil-F-243 shipboard furniture, steel B.Mil-F-902 shipboard furniture, aluminum C.NAVSEA drawing HTD805-1642368 furniture construction details D.NAVSHIPS drawing HTD-S3200-860055 hardware for metal furniture Cushioning needed in fabrication of furniture items shall be polychloroprene (neoprene) in accordance with Mil Spec Mil-R-20092, Type ii, Class 5, Condition B. Se note 1. Where vinyl material is specified for covering furniture, it shall meet the requirements of Fed Spec CCC-C-680, class 4, treatment (a). Colors shall be determined by ships representative. Where fiber upholstery fabric covering material is specified for covering furniture, (re-upholstering) it shall meet the requirements of MIL-STD-1623. The material used shall be aromatic polyamide (polyaramid). An alternative to the polyaramid is aramid and aramid/novaloid blend in accordance with MIL SPEC MIL-C-24500 Type I or II, with a minimum weight of 6 ounces per square yard. Polyaramid is preferred for covering furniture. Fabrication of both materials shall meet the requirements of MIL-SPEC DOD- C-24556. Fabricate cushions and arms with welted edges. Bulkhead Sheathing or Joiner Bulkhead Finish Materials Bulkhead sheathing shall be in accordance with NAVSEA Drawing No. 804-5000991. This drawing contains a list of spaces and corresponding approved finish materials by the Type and Class designations correlated to this text. The drawing is scheduled to be modified to reflect thickness for aluminum sheathing panels as specified in this text. 1.High Pressure Plastic Laminate (Type I, Class 1) a.High pressure plastic laminates for bonding to aluminum bulkhead panels or joiner bulkheads shall conform to Mil-Spec. MIL-P-17171, Type IV. The following materials are approved for use: Fabric backed vinyl decorative covering shall not be installed in new construction; it also shall not be installed under any conditions in either commissary spaces or wet spaces. Fabric backed vinyl may be installed as replacement or repair of existing installations. For alteration, fabric backed vinyl shall conform to Fed. Spec. CCC-W-408, Type II (medium weight) and shall be installed with edges clamped under trim pieces similar to piece No. 44 or 64 on NAVSEA Drawing No. 804-5000991. It should be noted that fabric backed vinyl does not exhibit the durability of either high pressure laminate or PVC/aluminum laminate and is not recommended for use. The following materials meet the specifications subject to the above limitations: Overhead Sheathing (Surface Ships). Overhead sheathing shall be installed in accordance with NAVSEA Drawing No. 805-5000994. This drawing contains a list of spaces and corresponding approved finish materials for each space as well as type designations as correlated in this text. NAVSEA will address submarine overhead sheathing requirements and materials approval on a case basis. In general, overhead sheathing on submarines is prohibited unless necessary for fire prevention, insulation protection, noise reduction, sanitation or security. It shall not obstruct access to cabling, piping, valves and other components. Deck Coverings: Deck tiles shall be asbestos-free, in accordance with ASTM F 1066. The following manufacture or distribute asbestos-free tiles in accordance with this specification. Vinyl or Rubber Deck Tiles. Vinyl or rubber deck tile shall conform to Fed. Spec. SS-T-312, Type II or III, respectively, and the fire performance requirements of MIL-STD-1623. Carpets and Carpeting. Carpet shall be wool, woven through the back, conforming to Fed. Spec. DDD-C-95; Type II (velvet), Class 1, 2, or 4; Type III (Wilton). Class 1 (minimum pile height of.210 inches); or other NAVSEA approved carpeting. Use of carpeting is limited to the following spaces; -Flag quarters -CO quarters -Other quarters of equivalent rank (such as Troop Commander s quarters) -XO s quarters -Wardroom lounge -Library -CPO lounge -Chapel -Ballistic missile control center (POSIDON SSBN only) for noise control Ceramic, Porcelain, and Quarry Tile. Unglazed ceramic, porcelain and quarry tile, of standard grade quality, shall conform to ANSI A-137-1. Ceramic and quarry tile shall be abrasive type. Ceramic tile shall be 1 x 1 pr 2 x 2 by thick. Quarry tile shall be 6 x 6 x thick. Porcelain tile shall be 6 x 6 or 8 x 8 by 5/16 thick. Adhesive and grout shall be epoxy, chemical resistance, and water cleanable in accordance with ANSI A118.3. CPO s MESS: 2.0Statement of Work (SOW) 2.1UPHOLSTERY: Furnish labor and materials to upholster the following items: 3 each3MAN, TY, B-3A-1A REF: Navy shipboard furniture catalog. 2 each2MAN, TY, B-3A-1B REF: Navy shipboard furniture catalog. 5 eachCHAIR, TY, B-3A-1C REF: Navy shipboard furniture catalog. 2.2LIGHTING: Furnish labor and materials to replace the existing canopy lights: 9 eachSalad bar lighting with LEDs. 2.3DIMMER SWITCHES: Furnish labor and materials to provide and install: 2 each600 watts dimmer switches directed by ship s POC ARO: 2 WEEKS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018911T0482/listing.html)
 
Place of Performance
Address: USS IWO JIMA (LHD-7), NORFOLK, VA
Zip Code: 23511
 
Record
SN02562688-W 20110905/110903233336-ab5d65d8ac155c91773dff44c3a9716c (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.