SOLICITATION NOTICE
J -- Habitability Repair Work
- Notice Date
- 4/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018910R0068
- Response Due
- 5/3/2010
- Archive Date
- 5/18/2010
- Point of Contact
- LTJG Jeff Rigby 757-443-1732
- 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. 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 N00189-10-R-0066. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-37 and DFARS Change Notice 2001019. 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 238330 and this is a competitive, unrestricted action. The Fleet and Industrial Supply Center-Norfolk, VA requests responses from qualified sources capable of providing: CLIN 0001 Habitability Repairs 1 Each Delivery [Period of performance] is 01 June 2010 - 31 September 2010; Delivery Location is USS FORT MCHENRY (LSD 43) OR FOB Origin applies. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement:FAR 52.204-7, Central contractor Registry FAR 52.209-5, certification Regarding Responsibility Matters FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including,FAR 52.215-5, Facsimile ProposalsFAR 52.232-2, Service of ProtestFAR 52.237-1, Site VisitFAR 52.252-2, Clauses Incorporated by ReferenceDFARS 252.204-7004 Alt. A, Central Contractor Registry Alt A.DFARS 252.209-7001 Disclosure of OwnershipDFARS 252.209-7004 Subcontracting w/Firms 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 includingDFARS 252.232-7010, Levies on Contract PaymentsDFARS 5252.243-9400, Authorized Changes by Contracting OfficerDFARS 5252.NS-046P, Prospective Contractor Responsibility A site visit is available 0900 on Monday 26 April 2010. All contractors wishing to attend the site visit must contact LTJG Jeff Rigby by phone 757-443-1732 or by email jeff.rigby@navy.mil no later than 1200 Friday 23 April 2010. The proposed contract is 100% set aside for small business concerns. This announcement will close at 1200 on 03 May 2010. Contact LTJG Jeff Rigby who can be reached by phone at 757-443-1732 or email jeff.rigby@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 which shall be considered by the agency. When evaluation factors are used include:[FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable bids & past performance. FAR Part 13:This requirement will be awarded using the procedures under FAR subpart 13.5, Test Program for Certain Commercial Items of the Clinger-Cohen Act of 1996. Accordingly, a simplified/streamlined acquisition process will be used in the evaluation and award of this contract.Award will be made based on price and other factors (i.g. Past Performance) in accordance with FAR 13.106-1(a)(2). 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 ********SPECIFICATION SECTION 2.0USS FORT MCHENRY (LSD-43) 2.1. CREW MESS (03-43-0-L)1. DISPLAY TABLE: Furnish labor and material to remove the existing interference on the MESS DECK and install (1 EA) new display table in an area with an etched glass partition in front of the table. The glass partition being displayed shall measure approx. (28"W x 72"H). The area is to be made similar to a lockable Trophy Cabinet. 2. TERRAZZO DECK: Furnish labor and material to sand, resurface and re-seal the terrazzo deck covering on approx. 1730 SF through out the Mess Deck. Deck covering is to be in accordance with MIL SPEC MIL-D-24613 and shall be installed in accordance with manufacturer's instructions. 3. CHAIRS: Furnish labor and materials to provide and install (80 EA) McDonald type chairs to be mounted on a swivel base made similar to SFC B-4B-A. Color to be specified by ship representative. 4. REPAIR BOOTH TABLES: Furnish labor and materials to repair (7 EA) 4-Man booth tables. Contractor shall repair any areas damaged and repair/replace all broken hardware to restore tables to like new condition. 5. BOOTH SEATS: Furnish labor and material to re-upholster (7 EA) booth seats and back cushions measuring approx. (48"L) for booth seats made similar to SFC B-3E-1 in vinyl. Contractor is to install booth cushions and fix booths to like new condition. Color to be specified by ship's representative. 6. TABLE COVERS: Furnish labor and material to fabricate vinyl table covers. Table covers shall measure the following; 2 EA-measuring approx. 42"L x 32"W.14 EA-measuring approx. 42"L x 27"W.4 EA-measuring approx. 46"L x 32"W.2 EA-"T" shaped measuring approx. (58"L x 32"W) & (42"L x 16"W).Color to be specified by ship's representative. 7. SNEEZE SHIELD: Furnish labor and material to fabricate (1 EA) sneeze shield over the salad bar, sneeze shield shall measure approximately (63"L x 14"W). Contractor shall properly install to match existing sneeze shield. Sneeze shield should be visibly transparent and braced with aluminum frame construction. All sharp edges shall be rounded and grinded smooth. 2.2. CREW MESS MOP CLOSET (03-48-2-L)1. TERRAZZO DECK: Remove existing and provide/install approximately 14 SF of terrazzo (ONE STEP TYPE III) deck. Deck covering is to be in accordance with MIL SPEC MIL-D-24613 and shall be installed in accordance with manufacturer's instructions. 2.3. SUPPLY LCPO OFFICE (03-50-2-L)1. PRC - Cosmetic Polymeric: Remove existing deck covering material. Furnish labor and material to provide and install 70 SF of new Cosmetic Polymeric (Monolithic Seamless) decking. Contractor shall repair approx, 12 SF of the deck and ensure that the metal deck have proper underlay material applied as specified by GEN SPEC section 631. Deck covering is to be in accordance with MIL SPEC MIL-D-24613, Type II. Contractor shall install in accordance with manufacturer's instructions. Contractor shall install to a thickness not to exceed ". Cove base effect shall be at the discretion of the ship's representative and the cove base effect shall extend vertically for approximately 3 inches up onto the compartment boundary bulkheads. Color shall be specified by the ship's representative. 2.4. DEPT HD STATE ROOMS: (05-21-4-L) (05-21-2-L) (05-26-4-L) (05-26-2-L) (06-34-2-L) (06-34-0-L)1. TRANSOM BERTHS: Furnish labor and materials to repair (6 EA) transom berths, one in each state room. Contractor shall repair any damaged areas and repair/replace all broken hardware to restore transom berths to like new condition. 2.5. XO OFFICE (05-24-1-L)1. FALSE OVERHEAD: Provide and install new panels for an area measuring approximately 33 SF. No repair to the existing lights or grid system needed. 2.6. CO CABIN (06-27-1-L)1. WALL COVERING: Furnish labor and material to remove and dispose existing bulkhead material and install 67 LF of new vinyl wall covering throughout the CO CABIN. Color to be specified by ship's representative. 2. FALSE OVERHEAD: Provide and install new panels for an area measuring approximately 10 SF. No repair to the existing lights or grid system needed. 2.7 DEPT HEAD SR (06-34-2-L)1. STRATICA TILE: Remove existing deck covering material. Furnish labor and material to provide and install approximately 169 SF of Stratica tile. Contractor shall install in accordance with manufacturer's instructions. Color shall be specified by the ship's representative. 2.8 DEPT HEAD SR (06-34-0-L)1. STRATICA TILE: Remove existing deck covering material. Furnish labor and material to provide and install approximately 130 SF of Stratica tile. Contractor shall install in accordance with manufacturer's instructions. Color shall be specified by the ship's representative. 2.9. TROOP CO CABIN - Bathroom (05-21-1-L)1. TERRAZZO DECK: Remove existing and provide/install approximately 7 SF of terrazzo (ONE STEP TYPE III) deck in the shower area. Deck covering is to be in accordance with MIL SPEC MIL-D-24613 and shall be installed in accordance with manufacturer's instructions. 2. RE-LAMINATE SINK VANITY: Provide labor and material to re-laminate counter areas of the sink which measures approx. (30" x 19") and (30" x15"). Contractor shall repair/replace broken parts to restore unit to like new condition. All exposed surfaces to be covered with HPPL. Color is to be specified by ship's representative. 3. PAPER TOWEL DISPENSER: Remove existing and install (1 EA) new metal paper towel dispenser. 4. SINK MIRROR. Provide and install one (1 EA) new mirror, approximately 21"L x 26"H. Mirror shall be " inch thick laminated safety glass with mirrored backing, in accordance with NAVSEA DWG. 804-462-3537. Contractor shall ensure a stable, sturdy item, which shall be secured to the bulkhead in such a way as to prevent it from falling 2.10. OFFICER W/R & W/C (05-25-0-L)1. BULKHEAD STAINLESS STEEL: Provide and install approximately (4 EA) sections of stainless steel on the bulkhead in the showers each measuring approx. (29"W x 6"-9"H). Provide and install new bulkhead and cribbing sheathing if required. Bulkhead and cribbing shall be installed in accordance with NAVSEA DWG.804- 5000991. Contractor shall apply adhesive in accordance with FED SPEC MMM-A-130. 2. PRC-Cosmetic Polymeric TYPE II: Remove existing deck covering material. Furnish labor and material to provide and install approx. (18 SF) of new Cosmetic Polymeric TYPE II (Monolithic Seamless). Deck covering is to be in accordance with MIL SPEC MIL-D-24613, Type II. Contractor shall install in accordance with manufacturer's instructions. Contractor is to ensure that metal decks have proper underlay material applied as specified by GEN SPEC section 631. Contractor shall install cove at the discretion of the ship's representative and the cove base effect shall extend vertically for approximately 3 inches up onto the specified compartment bulkheads. Color shall be specified by the ship's representative. 3. PAINT BULKHEAD: Furnish labor and materials to paint 35 SF of the shower bulkhead from deck to overhead. Contractor shall prepare surfaces and paint all exposed surfaces (visible areas of bulkheads).Surface preparation and painting shall be in accordance with GEN. SPEC. 631. Precautions to protect personnel and equipment against fire and explosion shall be taken during surface preparation, cleaning and painting operations. Color to be determined by ship's representative. 2.11. OFFICER HEAD (FEMALE) (05-25-1-L) 1. PRC-Cosmetic Polymeric TYPE II: Remove existing deck covering material. Furnish labor and material to provide and install approx. (18 SF) of new Cosmetic Polymeric TYPE II (Monolithic Seamless) deck. Deck covering is to be in accordance with MIL SPEC MIL-D-24613, Type II. Contractor shall install in accordance with manufacturer's instructions. Contractor is to ensure that metal decks have proper underlay material applied as specified by GEN SPEC section 631. Contractor shall install cove base at the discretion of the ship's representative and the cove base effect shall extend vertically for approximately 3 inches up onto the specified compartment bulkheads. Color shall be specified by the ship's representative. 2.10. OFFICER HEAD (FEMALE) (05-25-1-L) 2.12. ADMIN OFFICE (05-45-6-Q) 1. PRC-Cosmetic Polymeric TYPE II: Remove existing deck covering material. Furnish labor and material to provide and install approx. (263 SF) of new Cosmetic Polymeric TYPE II (Monolithic Seamless) deck. Deck covering is to be in accordance with MIL SPEC MIL-D-24613, Type II. Contractor shall install in accordance with manufacturer's instructions. Contractor is to ensure that metal decks have proper underlay material applied as specified by GEN SPEC section 631. Contractor shall install cove base at the discretion of the ship's representative and the cove base effect shall extend vertically for approximately 3 inches up onto the specified compartment bulkheads. Color shall be specified by the ship's representative. 2.13. FLAMMABLE STORE ROOM (4-14-2-K) 1. TERRAZZO DECK: Remove existing and provide/install approximately 960 SF of terrazzo (ONE STEP TYPE III) deck. Deck covering is to be in accordance with MIL SPEC MIL-D-24613 and shall be installed in accordance with manufacturer's instructions. 2.14. SUPPLY SUPPORT CTR (1-6-1-Q) 1. PRC-Cosmetic Polymeric TYPE II: Remove existing deck covering material. Furnish labor and material to provide and install approx. (420 SF) of new Cosmetic Polymeric TYPE II (Monolithic Seamless) deck. Deck covering is to be in accordance with MIL SPEC MIL-D-24613, Type II. Contractor shall install in accordance with manufacturer's instructions. Contractor is to ensure that metal decks have proper underlay material applied as specified by GEN SPEC section 631. Contractor shall install cove base at the discretion of the ship's representative and the cove base effect shall extend vertically for approximately 3 inches up onto the specified compartment bulkheads. Color shall be specified by the ship's representative. 2.15. CPO MESS (03-43-0-L) 1. CHAIR COVERS: Furnish labor and material to fabricate and install (28 EA) chair covers with piping and skirt. Covers shall be fabricated from cloth material. Covers shall have ships emblem embodied on them, based on the ships choosing. Color shall be specified by the ship's representative.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910R0068/listing.html)
- Record
- SN02127545-W 20100422/100420235805-dd470fbcabfd5ce01511be39b3f3688f (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 |