SOLICITATION NOTICE
J -- maintenace,repair & rebuilding of equipment
- Notice Date
- 8/8/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Mayport Detachment, Fleet Contracting Center Bldg. 191, Naval Station Mayport, Mayport, FL, 32228-0107
- ZIP Code
- 32228-0107
- Solicitation Number
- N68836-02-T-0302
- Response Due
- 8/23/2002
- Point of Contact
- Luis Navarro, Purchasing Agent, Phone (904) 270-5699 X156, Fax (904) 270-6498, - Luis Navarro, Purchasing Agent, Phone (904) 270-5699 X156, Fax (904) 270-6498,
- E-Mail Address
-
Luis_J_Navarro@jax.fisc.navy.mil, Luis_J_Navarro@jax.fisc.navy.mil
- Description
- This procurement is restricted to shipboard habitability sources; all responsible vendors may submit a quotation. This is a combined synopsis/solicitation for commercial items 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 N68836-02-T-0302applies and is issued as a Request for Quotation. This procurement is a small business set aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-45. The North American Industry Classification System (NAICS) code is 337215 and the business size standard is 500 employees. Fleet Contracting Center, Mayport Fl intends to purchase on a full and open competitive basis shipboard habitability renovation of the CPO Lounge (2-168-2-l), CPO Mess (2-168-2-L), and Central Office Complex (2-328-0-Q) on board the USS Robert G Bradley FFG-49 Naval Station Mayport Fl 32228. Work to begin August 2002 and work with ship's point of contact for available in port dates. Ship's point of contact is LT Green 904-270-7915/7941. This requirement is for a fixed priced contract for twelve line items as follows. Line Item 0001: WARDROOM Remove existing false overhead panels, grid, and lights. Provide labor and materials to install (approx 320 SF) new grid system , Chicago Metallic #830, type "F". Including applicable wall angles, mains 48" T and 24" T's. Provide and install new 24" x 24" polyvinyl chloride aluminum backed ceiling panels. Line Item 0002: OFFICER'S STATEROOM (APPROX.600 SQ.FT) Provide labor and materials to replace all existing vinyl wall covering (approx. 72 linear feet). Replace with new vinyl wall covering that meets Fed Spec CCC-W-408, Type II. It shall be installed in accordance with NAVSEA Dwg # 804-50000991. The adhesive used shall meet Fed Spec MMM-A-130. Line Item 0003: BARBER SHOP (APPROX.60SQ.FT) Remove existing false overhead panels, grid, and lights. Provide labor and materials to install (approx 138 SF) new grid system , Chicago Metallic #830, type "F". Including applicable wall angles, mains 48" T and 24" T's. Provide and install new 24" x 24" polyvinyl chloride aluminum backed ceiling panels. Line Item 0004: CPO MESS Provide labor and materials to replace all existing winyl wall covering (approx. 52 linear feet). Replace with new vinyl wall covering that meets Fed Spec CCC-W-408, Type II. It shall be installed in accordance with NAVSEA Dwg # 804-50000991. The adhesive used shall meet Fed Spec MMM-A-130. Line Item 0005CPO LOUNGE Remove existing carpet and replace with 100% Wool, Fed. Spec. DDD-C-95, color Navy-Accent. Approx 138 SF. Dispose of old carpet. Line Item 0006CPO MESS Remove sofa to contractor's facility and remove existing fabric, reinforce spring system and add 1" Shipboard approved foam. Provide and install new shipboard approved fabric. Woven fabric, color blue. Line Item 0007:MESS DECK Remove chair to contractor's facility and remove existing fabric, reinforce spring system and add 1" Shipboard approved foam. Provide and install new shipboard approved fabric. Woven fabric, color blue. Line Item 0008: SALAD BAR STRIP EXISTING AND INSTALL COUNTER TOP HPPL. All materials procured/installed shall be in accordance with military specification MIL-STD-1623 fire performance requirements and specifications for interior finish materials and furnishings (Naval Shipboard use) and adhere to all applicable specifications set forth in NAVSEA habitability materials list, revision k dated may of 1996. Specifications and Statement of Work to be supplied upon request. 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 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. 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: 52.222-21, Prohibition 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); clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and the following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 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). 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 4:00 P.M AUGUST 23, 2002. Quotations must be in writing and may be faxed, emailed or mailed to the following. Attn Luis J Navarro, Fleet Contracting Center, FISC JAX BLDG, 191 Naval Station Mayport FL 32228. Telephone 904-270-5699 x156 Fax 904-270-6498. E-mail luis_j_navarro@jax.fisc.navy.mil note 1 applies.
- Place of Performance
- Address: USS ROBERT G BRADLEY FFG-49, NAVAL STATION, MAYPORT FL 32228
- Record
- SN00136530-W 20020810/020808213855 (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 |