SOLICITATION NOTICE
72 -- MARINE DECKING INSTALLATION
- Notice Date
- 4/24/2006
- 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
- V218536093CT99
- Response Due
- 5/8/2006
- Archive Date
- 5/23/2006
- 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 hereby announces the request for quote for the required items under a new RFQ V218536093CT99; a subsequent solicitation document will not be issued, but clean copy of this SYN-SOL can be obtained by contacting Ms. Doreen Hyde at doreen.hyde@navy.mil. Fleet Industrial Supply Center Norfolk intends to purchase for the USS Harry S. Truman (CVN-75) the following items; CLIN 0001 ? Provide and Install Cosmetic Polymeric (Monolithic Seamless) Deck Covering ? Type III ?ONE-STEP?: Existing deck covering will be removed down to bare metal surface by SHIP?S FORCE. Prepare and prime deck surface in accordance with GENSPEC Section 631. Install new cosmetic polymeric (monolithic seamless) deck covering material throughout entire areas specified iaw military specification Mil Spec MIL-D-24613 Type III, One-Step. Installation of new deck covering material shall be in accordance with manufacturers specifications and detailed requirements stated in GENSPEC Section 634. Cove base effect shall be iaw manufacturers instructions or as directed by GENSPEC 634, which ever is greater. Apply two coats of sealer iaw manufacturers specifications to complete the installation and promote durability. Color and pattern of new deck covering material shall be ST-100, (Stennis Blue). The 4,000 SF does NOT include ?underlayment? + ?Type III?. This approach would only produce a total Type III coverage of 2000 SF. The total SF after installation shall include both underlayment and Type III so that final project completion shall result in 4,000 SF of Type III installed The area of decking measures approximately 4,000 SF as follows: Contractor shall maintain completion log in order to track contract ?ceiling? of specified square footage, (clean RFQ and Scope of Work spreadsheet copy is available upon request via email at (doreen.hyde@us.navy.mil). Work to be accomplished WC SQFT LOCATION ONE STEP CS35 528 2-44-1-L ONE STEP MH40 75 2-72-1-L ONE STEP VA01 200 2-235-1-L ONE STEP SS11 408 03-200-2-L ONE STEP SS02 247 2-50-2-L ONE STEP SS08 560 2-213-1-L ONE STEP VA01 526 03-138-10-L ONE STEP VA01 120 03-230-5-Q ONE STEP VA01 250 03-124-7-Q ONE STEP VB40 185 03-69-8-L ONE STEP VB40 80 03-69-8-L ONE STEP SS08 50 2-64-4-L ONE STEP S011 120 2-210-1-L ONE STEP REA 4 2-190-3-L ONE STEP REA 4 2-225-1-L ONE STEP WG01 110 03-34-5-L ONE STEP SS05 200 03-44-6-L ONE STEP MISC 333 TBD TOTAL 4,000SF CLIN 0002 ? Provide and install cosmetic Polymeric (MONOLITHIC SEAMLESS) FOR INTERIOR AREAS ? MIL-D-24613 TYPE II, CLASS 2 (PRC). Existing deck covering will be removed down to bare metal surface by SHIP?S FORCE. Prepare and prime deck surface in accordance with General Specification section 631. Install new Cosmetic Polymeric (Monolithic Seamless) deck covering material throughout entire areas specified. Deck covering to be in accordance with Military Specification MIL SPEC MIL-D-24613 Type II, CLASS 2. Manufacturer of the material shall be as listed in Qualified Products List QPL 24613-11. Note: Compliance with the first paragraph listed in Requirements Section herein is extremely important. Installation of new deck covering material shall be in accordance with manufacturers specifications and detailed requirements stated in Gen Specs section 634. Install to a thickness not to exceed ? inch. Install with cove base effect to extend vertically for approximately 3 inches up onto the compartment boundary bulkheads. Cove base effect shall be at the discretion of the ships representative and areas requiring same shall be identified prior to commencement of work. Apply 2 coat sealer to complete the installation. Color/pattern of new deck covering material shall be specified by ship?s representative. The area of decking measures approximately 2,170 SF as follows: Contractor shall maintain completion log in order to track contract ?ceiling? of specified square footage. Work to be accomplished WC SQFT LOCATION PRC RP01 200 2-195-1-Q PRC SS02 287 2-175-1-A PRC SS05 70 2-195-4-L PRC SS05 119 02-40-5-L PRC SS05 305 2-197-2-A PRC SS10 100 01-235-0-A PRC SS03/SS12 620 TBD PRC MISC 469 TOTAL 2170 SF CLIN 0003 ?Re-Seal Cosmetic Polymeric (Monolithic Seamless) Deck Covering: Furnish labor and material to sand and reseal with two coats clear epoxy sealant. Deck covering is to be in accordance with MIL SPEC MIL-D-24613. Final product shall be a smooth, non-porous, continuous, bright (glassy), hard deck covering. Haziness, cloudy finish, misty appearances, air bubbles, or debris shall be cause for rejection. Contractor shall maintain completion log in order to track contract ?ceiling? of specified square footage: The area of decking measures approximately 1,664 as follows: The list of spaces spreadsheet shall be considered an estimate only. Actual space identification shall be established and agreed upon at a pre-work planning conference between contractor and ship?s designated representative(s). Offerors shall quote a firm fixed price for materials and installation for 1,664 SF. Contractor shall maintain completion log in order to track contract ?ceiling? of specified square footage. Work to be accomplished WC SQFT LOCATION RESEAL PRC LN01 624 02-195-2-Q RESEAL PRC O101 180 03-205-2-L RESEAL PRC IMO2 260 1-245-1-Q RESEAL PRC MISC 600 TBD TOTAL 1664 SF CLIN 0004 CARPET - Remove the entire deck covering (including existing carpet, deck tile, etc.) underlay, adhesive and all unused brackets and clips down to bare metal surface. Chip and grind surface smooth in way of removals. Prepare deck surface, prime and paint in accordance with GEN SPECS section 631. Install underlayment material which complies with MIL SPEC MIL-D-3135 type II. Install new carpet. Carpet shall be installed from bulkhead to bulkhead unless otherwise specified. If a cove base is existing, it shall be removed to allow for installation of carpet to butt against the bulkhead. The removed cove base shall be re-installed unless installation of a new cove base is specified. Note: If existing cove base is Vinyl, and it requires removal for new installation, the Vinyl cove base shall not be re-installed. Vinyl cove base not approved for shipboard use in new installations and must be replaced with either CRES or aluminum (paint or anodized) once removed. Carpet is to be 100% wool, velvet, woven through the back, conforming to FED SPEC DDD-C-95 type II class 1,2 or 4 or Wilton type III, class 1 (with aGminimum pile height of 0.210 inches), or carpet otherwise approved by NAVSEs based upon samples and/or technical information provided to NAVSEA. Carpet shall be equal to the type and class specified. The ship's representative shall make final carpet selection based on review of approved carpet samples submitted by the contractor. Install with adhesive in accordance with mil-A-21016 or OTHER NAVSEA APPROVED EQUIVALENT, treat carpet with soil retardant treatment such as 3-M carpet protector or equal. Carpet treatment shall not be used for installations aboard submarines.) Install new aluminum divider strip between new carpet and any dissimilar type deck covering material. The total square footage of carpet is 32 Square Yards as follows: Work to be accomplished SQ YRDS LOCATION INSTALL CARPET 12 03-104-7-L INSTALL CARPET 12 03-106-3-L INSTALL CARPET 8 03-101-4-L TOTAL 32 SQ YD Ship requests delivery completion no-later-than (NLT) 31 AUG 2006. FOB Point Destination Naval Base Norfolk, Norfolk, VA 23511 and Norfolk Naval Ship Yard, Norfolk VA 23502. Contractor shall adhere to all requirements and regulations of the Memorandum of Understanding (MOU) between the USS Harry S. Truman and the Norfolk Naval Shipyard once established. 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), 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Contract evaluation and process will conducted under FAR Part 13.5 ? Test Program for Certain Commercial Items. The following factors shall be used to evaluate offers: Past Performance and Price, with past performance being somewhat more important than price. (1) Past Performance Evaluation Standards: The offeror shall demonstrate Past Performance through completion of similar U.S. Navy contracts for same or similar installations. The Contracting Officer may consider past performance experience with contracts that cover numerous other types of marine decking installation contracts. Data submitted by the offeror other than relevant contracts may not be considered. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Failure to submit past performance information shall be considered certification (by signature on the proposal) that the contractor has no past performance for like or similar items for the Government to evaluate. Offerors are required to provide information on no more than five (5) of the firm?s most recently completed U.S. Navy (not to exceed five years since completion) for like or similar services to those to be provided under this RFQ. Offerors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation. Offerors who present similar contracts/orders should provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of the solicitation. Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the proposal with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the proposals of other offerors having acceptable or better past performance. Offerors are cautioned that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including sources outside of the Government. The Government will obtain whatever information it deems most relevant to the required effort by telephonic and/or written inquiry. This information may include Contracting Officer?s knowledge and experience with contracts he or she has written, Performance Assessment Reporting Systems (CPARS), or past performance information from any source. The information contained in offeror's Past Performance submittals will be evaluated by the PCO with the assistance of a Contract Specialist, if assigned. 2. Price: The PCO will evaluate Price. When the proposals are received, the PCO shall review the submission of offers as specified in FAR Clause 52.212-1 Instruction to Offerors? Commercial Items (Jan 2004), paragraphs (b)(1) through (b)(11). The Government intends to make a single award to the responsible offeror whose total offer is the most advantageous to the Government. Offers must include prices for the CLIN listed. Failure to do this may be cause for rejection of the offer for the CLIN listed. The offeror?s proposed price will be evaluated on the basis of price reasonableness in accordance with FAR Subpart 15.404-1. The evaluation may include, but is not limited to: a) Price comparison with other offerors; b) Completeness: All pricing information as it directly relates to the SOW; and c) Comparison with independent Government estimates. Although price is the least most important evaluation factor, it has the potential to become more significant during the evaluation process. The degree of importance of the price will increase with the degree of equality of the proposals in relation to the other factor on which selection is to be based. The importance of price will also increase when a proposal's price is so significantly high as to diminish the value to the Government that might be gained under the other aspects of the offer. If, at any stage of the evaluation, all offeror?s are determined to have submitted equal, or virtually equal, or generally equivalent, non-price proposals, price could become the factor in determining which offeror shall received the award. 3. Best Value Determination. The Government reserves the right to select an offeror with other than the best past performance, if the price is so advantageous to the Government as to constitute best value. On the other hand, the Government may select an offeror with other than the lowest price if the quality of past performance and a fair and reasonable price of a competitor result in the greatest value to the Government. Any such determination of best value will be made by the Contracting Officer pursuant to the evaluation criteria identified in this plan and the solicitation. (b) Options. N/A. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause), 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)(a) Inspection/Acceptance: Contractor shall expect a reasonable degree of pre-acceptance inspection by ship?s representative(s) to validate and confirm all final product conforms to the specifications described in this solicitation and in conjunction with what is considered industry standard on U.S. Navy vessels here in Norfolk, 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: 52.219-06 Notice of Total Small Business Set-Aside (June 2003), 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 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), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2004), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004). 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.gov/. 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 possible Ship / Contractor pre-performance meetings and due to unforeseeable ship schedule changes during contract performance. Contractor 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: Supply Officer at suppo@truman.navy.mil. At minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449, either a price proposal on letterhead, or a SF1449 that 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 08 May 2006 at 1600 (4:00 P.M.) EST. Offers can be faxed to (757-443-1402), or emailed to doreen.hyde@us.navy.mil. Reference RFQ V218536093CT99 on your proposal. [FSC= 7220]. Numbered Notes; Number 1, the proposed contract is 100% set aside for small business concerns. NAICS 238330 ($13.0M).
- Place of Performance
- Address: Norfolk Naval Shipyard, Portsmouth, VA
- Zip Code: 23502
- Country: USA
- Zip Code: 23502
- Record
- SN01034185-W 20060426/060424221105 (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 |