Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2004 FBO #1039
SOLICITATION NOTICE

72 -- PROVIDE / INSTALL NAVSEA APPROVED MARINE DECKING

Notice Date
9/28/2004
 
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
USSEISENHOWERCVN-69
 
Response Due
9/29/2004
 
Archive Date
10/14/2004
 
Small Business Set-Aside
Total Small Business
 
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 constitutes the request for quote for the required items under RFQ USSEISENHOWERCVN-69 for the USS DWIGHT D. EISENHOWER (CVN-69). A subsequent solicitation document will not be issued. This acquisition for Marine Decking will be conducted using procedures and regulations as described in FAR 13.5 ? Test Program for Certain Commercial Items. Acquisition Department at FISC Norfolk intends to purchase the following items: All installation and materials to conform with shipboard approved decking materials. REQUIREMENT -QTY UNIT ISSUE I. PORCELAIN MARBLE TILE FFP ? REMOVE EXISITNG TILE SYSTEM AND PROVIDE LABOR AND MATERIALS TO SURFACE PREP, PRIME, UNDERLAY, AND INSTALL POLISHED PORCELAIN TILE IN LISTED SPACES IN ACCORDANCE WITH NAVY REGS: ALL MATERIALS AND INSTALLATION WILL BE COMPLETED IN ACCORDANCE WITH APPLICABLE NAVSEA GUIDLINES AND REGUALTIONS; I.E. GENSPEC 631, HABITABILITY MATERIALS LIST REV K. GENERAL SPECS ARE AS FOLLOWS: PREPARE AND PRIME DECK SURFACE IN ACCORDANCE WITH GENERAL SPECIFICATION SECTION 631. 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 STEP IS TO THE OVERALL SUCCESS OF THE INSTALLATION. INSTALL POLISHED PORCELAIN TILE USING NAVSEA APPROVED EPOXY SETTING MATERIAL I.E. ANSIA118.3 USING A 3/8 KNOTCHED TROWEL AND BACK BUTTER THE TILE 100% FOR A NICE LEVEL SETTING BED. CONTRACTOR SHALL GROUT USING NAVSEA APPROVED EPOXY GROUT I.E. MAPIE KERAEPOXY. SHIP'S REPRESENTATIVE SHALL CHOOSE TILE STYLE, SIZE, COLOR SELECTION AND FINAL DESIGN 1. Remove existing deck. Install Porcelain Marble Tile. SPACE NAME SQUARE FT EXISTING DECK WARDROOM 3 WARDROOM 3 2260 VINYL TILE WARDROOM 1 & 2 WARDROOM 1 & 2 2650 VINYL TILE FORWARD and AFT MESS DECKS FORWARD and AFT MESS DECKS 12496 VINYL TILE Ship requests delivery by 30 MAR 2005. FOB Point Destination to USS Dwight D. Eisenhower (CVN-69) NORFOLK NAVAL BASE. 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), 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: 52.222-19 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), 52.225-13 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 RFQ document, (N00189-04-T-0545), provisions and clauses which have been incorporated are those in effect through FAC 2001-24. 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), 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.dlsc.dla.mil/. 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 Ship / Contractor pre-performance conferences and due to unforeseeable ship schedule changes during contract performance. Offerors? geographical locations will be verified by information in the Central Contractor Registration (CCR) database. Offerors may schedule an opportunity to scope the task through direct contact with the ship or activity without contacting the Contracting Officer. Visitations shall be at contractor?s own expense and no pre-paid open-and-inspection costs are authorized. POC: LT Ryan Perry 757-534-1707. At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449. Either a price proposal on letterhead, or a SF1449 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 September 29, 2004, at 16:00, or 4:00 P.M. Offers can be emailed to scott.wilkins@navy.mil , or faxed to (757-443-1402) or mailed to; Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Acquisition Group Attn: Scott WIlkins, Code 202A, Norfolk, VA.23511-3392. Reference RFQ USSEISENHOWERCVN-69, on your proposal. Numbered Notes, Number 1 apply. The proposed contract is 100% set aside for small business concerns. NAICS 238330 (500 Employees).
 
Place of Performance
Address: NORFOLK, VA
Zip Code: 23511
Country: USA
 
Record
SN00683542-W 20040930/040928212307 (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 |
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.