SOLICITATION NOTICE
72 -- MARINE DECKING INSTALLATION
- Notice Date
- 9/6/2003
- Notice Type
- Solicitation Notice
- 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
- V212473238C904
- Response Due
- 9/17/2003
- Archive Date
- 10/2/2003
- Point of Contact
- Scott Wilkins, Contract Specialist , Phone 757-445-1444, Fax 757-444-4417, - Scott Wilkins, Contract Specialist , Phone 757-445-1444, Fax 757-444-4417,
- E-Mail Address
-
scott.wilkins@navy.mil, scott.wilkins@navy.mil
- 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 V212473238C904 for the USS ROOSEVELT (CVN-71). 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. PRC REMOVE EXISTING DECK COVERING DOWN TO BARE METAL SURFACE. 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. PRODUCTS SHALL BE FROM NAVSEA APPROVED MARINE DECK COATINGS SUPPLIERS. INSTALLATION OF NEW DECK COVERING MATERIAL SHALL BE IN ACCORDANCE WITH MANUFACTURERS SPECIFICATIONS AND DETAILED REQUIREMENTS STATED IN GEN SPECS SECTION 634. 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 SEALER COATS AND COLOR FLAKE IN ACCORDANCE WITH MANUFACTURERS SPECIFICATIONS TO COMPLETE THE INSTALLATION. COLOR/PATTERN OF NEW DECK COVERING MATERIAL SHALL BE SPECIFIED BY SHIPS REPRESENTATIVE. 1. Remove existing deck. Install PRC SPACE NAME SQUARE FT EXISTING DECK 010-165-1-L NAV SPACE 111 PRC 010-165-3-L NAV SPACE 168 PRC 09-167-1-L NAV SPACE 170 PRC 09-168-1-L NAV SPACE 156 PRC 09-169-1-C BRIDGE 748 PRC 09-163-1-C AUX CONN 84 PRC 08-165-1-L NAV SPACE 178 PRC 08-169-1-L NAV SPACE 417 PRC 2-182-2-L S-5 SPACE 249 TILE 2-190-4-L S-5 SPACE 60 TILE 2-195-5-L S-5 SPACE 36 TILE 2-195-1-Q M-DIV OFFICE 200 TILE 05-175-1-Q NAV SPACE 182 TILE 05-178-1-A NAV SPACE 126 TILE 2-195-4-L S-5 PWAY 70 TILE 3-195-4-L S-5 PWAY 70 TILE II. VINYL TILE REMOVE THE EXISTING DECK COVERING (DECK TILE, CARPET, ETC.) INCLUDING UNDERLAYMENT, 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 ASBESTOS-FREE DECK TILE COMPLYING WITH ASTM-F-1066. UNDERLAYMENT AND DECK TILE TO BE INSTALLED IN ACCORDANCE WITH GEN SPECS SECTION 634. ADHESIVE USED FOR INSTALLING DECK TILE SHALL COMPLY WITH MIL SPEC MIL-A-21016. COLOR OF DECK TILE TO BE DETERMINED BY SHIPS REPRESENTATIVE. 1. Remove existing deck. Install Vinyl Tile. SPACE NAME SQUARE FT EXISTING DECK 02-91-1-L AC&R PWAY 54 TILE 03-118-10-L LMRC 425 TILE 03-113-4-Q LIBRARY 220 TILE 2-200-2-L SUPPLY PWAY 230 TILE 03-128-14-L LIBRARY LOUNGE 459 TILE 03-128-14-L CHAPEL 412 TILE 03-128-14-L SACRISTY 82 TILE 03-C-2-L AIR DEPT BERTHING 288 TILE 03-250-0-L AIR SPACE 1395 TILE 03-74-13-Q AIMD SPACE 200 TILE 03-74-15-Q AIMD SPACE 250 TILE 03-30-2-Q AIMD SPACE 300 TILE 1-59-3-Q AIMD SPACE 80 TILE 1-61-1-L AIMD SPACE 16 TILE COMBAT SYSTEM SPACE 03-107-1-C 100 TILE 03-170-11-Q CSMO OFFICE 260 TILE 3-102-2-L REACTOR SPACE 100 TILE 01-54-5-L AIMD BERTHING 475 TILE 01-34-0-L AIMD BERTHING 3192 TILE 01-25-0-L AIMD BERTHING 1870 TILE 01-51-2-L AIMD BERTHING 375 TILE 01-54-4-L AIMD BERTHING 345 TILE 01-44-0-L AIMD BERTHING 3360 TILE COMBAT SYSTEM SPACE 02-245-1-L 200 PAINT 2-190-3-L ENGINEERING P-WAY 500 TILE III. TERRAZO (Mil-D-3134, Type I, Class 1 or Class 2) REMOVE EXISTING DECK COVERING DOWN TO BARE METAL SURFACE. PREPARE AND PRIME DECK SURFACE IN ACCORDANCE WITH GENERAL SPEC 634. INSTALL NEW TERRAZO (Mil-D-3134, Type I, Class 1 or Class 2) DECK COVERING MATERIAL THROUGHOUT ENTIRE AREAS SPECIFIED. MANUFACTURER OF THE MATERIAL SHALL BE AS LISTED IN QUALIFIED PRODUCTS LIST QPL 24613-11. PRODUCTS SHALL BE FROM NAVSEA APPROVED MARINE DECK COATINGS SUPPLIERS. INSTALLATION OF NEW DECK COVERING MATERIAL SHALL BE IN ACCORDANCE WITH MANUFACTURERS SPECIFICATIONS AND DETAILED REQUIREMENTS STATED IN GEN SPECS SECTION 634. 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 SEALER COATS IN ACCORDANCE WITH MANUFACTURERS SPECIFICATIONS TO COMPLETE THE INSTALLATION. COLOR/PATTERN OF NEW DECK COVERING MATERIAL SHALL BE SPECIFIED BY SHIPS REPRESENTATIVE. 1. Remove existing deck. Install Terrazzo. SPACE NAME SQUARE FT EXISTING DECK 2-185-3-L ENGINEERING SPACE 125 TERAZZO 2-131-1-L P-WAY 70 TERAZZO 03-161-2-Q MACHINERY ROOM 1300 TILE 03-79-9-Q MACHINERY ROOM 1000 TILE 03-69-4-Q MACHINERY ROOM 1000 TILE 03-190-0-Q MACHINERY ROOM 1000 TILE 03-195-0-Q MACHINERY ROOM 1000 TILE 03-210-0-Q MACHINERY ROOM 1000 TILE 2-44-1-L CREW HEAD 1500 TERAZZO 03-250-2-L AIR SPACE 170 TERAZZO 3-93-2-L SECURITY HEAD 234 TERAZZO 03-138-6-L S-5 HEAD 200 TERAZZO 03-157-2-L S-5 HEAD 330 TERAZZO IV. PORCELEAN TILE REMOVE EXISTING DECK COVERING AND PROVIDE AND INSTALL NEW PORCELEAN TILE. TILE SHALL BE 18” X 18” SQUARES, ¼” THICK OR THICKER TO ENSURE DURABILITY. IT SHALL CONTAIN ABRASIVE GRAIN CONSISTING OF ALUMINUM OXIDE OR SILICON CARBIDE TO PROVIDE A SLIP RESISTANT SURFACE. THE ADHESIVE AND GROUT SHALL BE EPOXY, CHEMICAL RESISTANT AND WATER CLEANABLE, IN ACCORDANCE WITH ANSI A118.3. PREPARATION OF THE DECK SURFACE SHALL BE IN ACCORDANCE WITH THE REQUIREMENTS OF GEN SPECS SECTION 631 AND MANUFACTURES INSTRUCTIONS. INSTALL UNDERLAYMENT WHICH COMPLIES WITH MIL-D-3135, TYPE 1, CLASS 1. UNDERLAYMENT AND TILE TO BE INSTALLED IN ACCORDANCE WITH GEN SPECS SECTION 634 AND MANUFACTURERS INSTRUCTIONS. JOINTS SHALL BE FILLED FLUSH WITH GROUT. ENSURE THAT GROUT IS APPLIED IN A MANNER WHICH WILL PREVENT ITS CRACKING OR SEPARATION FROM THE TILE IN ACCORDANCE WITH MANUFACTURERS INSTRUCTIONS. 1. Remove existing deck. Install Porcelain Tile. SPACE NAME SQUARE FT EXISTING DECK 2-190-0-Q WARDROOM 3 SCULLERY 220 PORCELEAN TILE 2-190-01-L WARDROOM 3 SERVING LINE 410 PORCELEAN TILE 03-39-0-Q WARDROOM 1 GALLEY 660 PORCELEAN TILE V. LONMAT / ELECTRICAL MATTING ELECTRICAL GRADE SHEET DECK COVERING SHALL CONFORM TO MIL. SPEC. MIL-M-15562, TYPE I. NO SEAMS SHALL BE WITHIN 3 FFET OF ELECTRICAL / ELECTRONIC EQUIPMENT, PANELS, AND WORKBENCHES. IF THIS IS UNAVOIDABLE, SEAMS SHALL BE HEAT WELDED OR CHEMICALLY SEALLED TO PROVIDE A CONTINUOUS SURFACE FREE OF SEAMS, CRATERS OR POROSITIES. 1. Remove existing deck. Install Lonmat / Electrical Matting. SPACE NAME SQUARE FT EXISTING DECK 03-138-5-Q ENG. SPACE 483 MATTING 1A TRANSMITTER ROOM 010-167-1-C 50 MATTING 010-162-3-Q 1B TRANSMITTER ROOM 50 MATTING 05-165-3-C TAS EQUIPMENT ROOM 80 MATTING 03-180-15-C RADAR ROOM 6 478 MATTING 01-39-4-C LOCAL CONTROL ROOM 480 MATTING Ship requests delivery by 30 SEP 2004. CVN-71 requests target period of performance for majority of the effort to commence in August 2003. FOB Point Destination to USS THEODORE ROOSEVELT (CVN-71), Norfolk Naval Shipyard. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2002) ALTERNATE I (APR 2002), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002). FAR 52.219-6 Notice of Total Small Business Set-Aside (JUL 1996), FAR 52.215-5 Facsimile Proposals (OCT 1997). The following FAR provisions and clauses apply to this solicitation and are incorporated by full-text: FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (Deviation) (MAY 2002) within this clause, the following clauses apply and are incorporated by reference:52.222-21 Prohibition of Segregated Facilities (Feb 1999),52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212),52.222-19 Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332),). The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by full-text: with the exception of DFAR 252.204-7004, which will be in full text. DFAR 252.212-7000 Offeror representations and certifications--Commercial items (9/95); DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) (APR 2002) within this clause the following clauses apply and are incorporated by reference; 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7007 Buy American Act--Trade Agreements--Balance of Payments Program (SEP 2001) (41 U.S.C.10a-10d, 19 U.S.C.2501-2518, and 19 U.S.C.3301 note), DFAR 252.225-7000 Buy American Act--Balance of Payments Program (SEP 1999);. 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.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 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: SKC Pamela Nelson pamelan@roosevelt.navy.mil 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 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 17 SEPT 03 at 16:00 (4:00 P.M.) Offers can be faxed to (757-444-4417), or emailed to scott.wilkins@navy.mil. Reference RFQ V212473238C904 on your proposal. [SIC= 1752; FSC= 7220] Note(s): #1 applies. The proposed contract is 100% set-aside for small business concerns.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00189/V212473238C904/listing.html)
- Place of Performance
- Address: NORFOLK NAVAL BASE NORFOLK NAVAL SHIPYARD
- Zip Code: 23511
- Country: USA
- Zip Code: 23511
- Record
- SN00428757-F 20030908/030906213049 (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 |