Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2011 FBO #3345
SOLICITATION NOTICE

20 -- Barber Shop Renovation for USS RONALD REAGAN CVN-76

Notice Date
1/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024411T0081
 
Response Due
1/24/2011
 
Archive Date
2/8/2011
 
Point of Contact
Evangeline Rodriguez 619-532-2684 Evangeline Rodriguez, 619-532-2684
 
E-Mail Address
evangeline.rodriguez@navy.mil
(evangeline.rodriguez@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 œRequired Central Contractor Registration  applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. FISC San Diego intends to issue a sole-source purchase order to Uptown Cycles co. 7789 Othello Ave. San Diego, CA 92111-3620. The purchase order will provide services for USS RONALD REAGAN CVN-76. This announcement is published as a Total Small Business Small Business Set-Aside action per FAR 52.219-1 and 52.219-6; (this means you must be a small business, quoting the product of a small-business manufacturer). This procurement is restricted; all responsible sources may submit an offer. This is a synopsis and solicitation for USS RONALD REAGAN CVN-76 the agency needs the following: BARBER SHOP 02-195-6-L 0001Reupholster Barber Chairs & Sofa. Provide labor and material to reupholster (10) each existing barber chairs similar to B-3G-19. Contractor to reupholster seat, back and arms with new vinyl covering with flames stitched into vinyl, reuse existing foam. Contractor shall also reupholster (1) each existing sofa approx 76 L X 30 D X30 H, contractor to remove from ship, reupholster with new vinyl covering with yellow and orange flames stitched into vinyl, reuse foam. Contractor to remove and reinstall furniture as required. Vinyl material shall be Zodiac Red IAW A-A-59517, neoprene foam shall be IAW MIL-R-20092, Type II, Class 5. Contractor will provide the ship ™s representative with colors/patterns of vinyl to select from. 0002Provide Painted Motorcycle Gas Tanks. Provide labor and material to install (10) each half gas tanks on (10) each 36 L X 24 H 18 GA steel plates, contractor shall pin strip and airbrush gas tanks and plates similar to designs on web-site http://uptowncyclesinc.com Contractor shall mount plates to bulkhead in designated area ™s approved by ships representative with heavy duty hex head screws. The following is a list of examples the ship may want, American flag, U.S. Navy emblem, U.S. Marines emblem, Dragon Slayer, Skull Blue, Bald Eagle, Pistons and Skull, Hatchets and Skull, ext. Contractor shall verify designs with ships representative. 0003Paint Barber Counter Cabinets. Provide labor and material to prep and paint (11) each barber counter cabinets approx 42 W X 36 H to look like Snap-On tool boxes, also install approx (30) LF X 4 H of 16 GA polished aluminum diamond plate to cover sub-bases on cabinet bottom. Also fabricate and install (10) each 16 GA polished aluminum diamond plate on barber chair foot rests, and install (30) LF X 12 H of 16 GA polished aluminum diamond plate cove base on existing bulkheads. 0004Provide Motorcycle Front End. Provide labor and material to install (1) each motorcycle front end from gas tank forward, including front forks, wheel and handlebars. Contractor shall install to bulkhead with 2  X 2  X 3/16  thick mild steel angle iron supports welded to overhead tee ™s with bolted mild steel clips, 1/2" diameter bolts. Contractor shall paint and airbrush tanks and frame as required. Contractor to modify false overhead panels to suit and submit sketch to FISC for overhead support brackets. 0005Provide Murals. Provide labor and material to install (4) each motorcycle themed airbrushed murals on canvas approx 36 W X 32 H, designs shall be approved by ships representative. Contactor shall mount to metal frames and mount to bulkheads, no wood frames or wood mounting allowed. Contractor shall also provide pin stripping and airbrushing on bulkheads in designated area ™s as directed by ships representative. Ships Availability Dates and Special Notes. Work to be completed by: 1 Feb 2011. URGENT RDD due to ship schedule, contractor shall work weekends and second shift as required to complete on time. Contractor is to provide POAM and schedule work with ships representative and attend status meetings as required. NAVSEA standard items are applicable where required and lead testing is required prior to hot work. Ships Point of Contact CWO4 Eaton, 619 545-3039 Technical Assistance Contracting Officer: Evangeline Rodriguez, 619-532-2684 Patrick Walsh FISC-SD (619) 556-2116 For commercial supplies/services prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. For detailed information a separate written solicitation will be issued upon request. Solicitation number RFQ N00244-10-T-0081 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15 and Defense acquisition Circular 91-13. The standard industrial code is 8900 And the business size standard is500employees. All supplies/services are to be delivered: FOB Dest to USS RONALD REAGAN CVN 76 NASNI San Diego, CA 92135. Acceptance shall be made at destination. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. The provision at FAR 52.212-1, Instructions to Offerors “ Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions “ Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. Clause 52.232-18 Availability of Funds applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications “ Commercial Items. Provision 52.212-2, Evaluation “ Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation ™s minimum criteria for technical acceptability at the lowest price. (option 1) To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above reference written solicitation. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors “ Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company ™s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company ™s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 10:00 AM, local time 01/24/2011, and will be accepted via fax (619-532-2347) or via e-mail (evangeline.rodriguez@navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note (13).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024411T0081/listing.html)
 
Place of Performance
Address: NAS NORTH ISLAND, San Diego, CA
Zip Code: 92135
 
Record
SN02362745-W 20110121/110119234356-edb19801ca9dfe9d4452679e31a661e0 (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.