SOLICITATION NOTICE
72 -- SHIPBOARD APPROVED MARINE DECKING
- Notice Date
- 10/31/2003
- 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
- V212473300C900
- Response Due
- 11/10/2003
- Archive Date
- 11/25/2003
- Point of Contact
- Scott Wilkins, Contract Specialist , Phone 757-445-1444, Fax 757-444-4417, - Bruce Melton, Contract Specialist, Phone 757-445-2688, Fax 757-445-2666,
- E-Mail Address
-
scott.wilkins@navy.mil, bruce.melton@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Contractors shall received MS Word electronic copy of scope of work upon email request. 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 V212473300C900 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. This requirement shall be made on an ?all-or-none? basis, no split award shall result from this requirement. 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 COAT(S) 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 YD EXISTING DECK 01-54-3-L AIMD P-WAY 185 TILE 010-172-1-L NAV P-WAY 130 TILE 2-235-2-Q SUPPLY WORKSPACE 33 TILE 02-180-4-L S-3 P-WAY (FRAME 180 ? 200) 350 ONE-STEP 2-235-2-L S-3 P-WAY 18 TILE 2-235-1-L S-3 P-WAY 54 TILE 02-185-2-L COMBAT LANDING 225 TERAZZO 1-165-3-L CO'S P-WAY 320 PRC 02-195-2-Q OPS WORKSPACE 540 TILE 4-235-0-Q PRESS DECK 1120 PRC II. ONE-STEP (MIL-D-24613, Type III) COSMETIC POLYMERIC (MONOLITHIC SEAMLESS) DECK COVERING SYSTEM SHALL CONFORM TO MIL SPEC. MIL-D-24613 TYPE III. CONTRACTOR SHALL REMOVE EXISTING DECK COVERING DOWN TO BARE METAL SURFACE. PREPARE, PRIME DECK SURFACE AND PERFORM INSTALLATION OF NEW DECK COVERING MATERIAL SHALL BE IN ACCORDANCE WITH MANUFACTURERS SPECIFICATIONS. COLOR/PATTERN OF NEW DECK COVERING MATERIAL SHALL BE SPECIFIED BY SHIPS REPRESENTATIVE. 1. Remove existing deck. Install Terazzo. SPACE NAME SQUARE FT EXISTING DECK 03-138-3-L OPS SPACE 48 TERAZZO 2-160-4-L OPS SPACE 150 TERAZZO 2-241-4-L RE/RC HEAD 403 TERAZZO 02-195-4-L SUPPLY SPACE 65 TERAZZO 02-34-7-L S-5 HEAD 418 TERAZZO 02-49-2-L S-5 HEAD 462 TERAZZO 02-54-7-L S-5 HEAD 462 TERAZZO 03-108-4-L S-5 HEAD 231 TERAZZO 03-59-4-L S-5 HEAD 420 TERAZZO 03-64-3-L S-5 HEAD 242 TERAZZO 03-69-5-L S-5 HEAD 242 TERAZZO 03-96-10-L S-5 HEAD 320 TERAZZO 03-88-3-L S-5 HEAD 380 TERAZZO 3-195-1-L S-5 HEAD 330 TERAZZO 2-205-1-L S-5 HEAD 250 TERAZZO 2-190-10-L XO HEAD 280 TERAZZO III. CARPET REMOVE EXISTING DECK COVERING DOWN TO BARE METAL SURFACE. PREPARE AND PRIME DECK SURFACE IN ACCORDANCE WITH GENERAL SPECIFICATION SECTION 631, EPOXY PRIMER, FORMULA 150, MIL-P-24441. CARPET SHALL BE WOOL, WOVEN THROUGH THE BACK, CONFORMING TO FED SPEC DDD-C-95. INSTALL NEW NAVSEA SHIPBOARD APPROVED MARINE CARPET TYPE II-CLASS 2 DECK COVERING MATERIAL THROUGHOUT ENTIRE AREAS SPECIFIED. 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. COLOR/PATTERN OF NEW DECK COVERING MATERIAL SHALL BE SPECIFIED BY SHIPS REPRESENTATIVE 1. Remove existing deck. Install Carpet. SPACE NAME SQUARE YD EXISTING DECK 05-160-3-Q CS DEPT OFFICE 73 TILE IV.. VINYL 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. ADHESIVE USED FOR INSTALLING DECK TILE SHALL COMPLY WITH MIL SPEC MIL-A-21016. WHERE DECK TILE IS SPECIFIED IN SPACES SUCH AS BATHS, TOILET/SHOWERS, LAUNDRY OR GALLEYS AND EPOXY TILE ADHESSIVE MIL SPEC. MIL-A-24456 SHALL BE USED. INSTALL UNDERLAYMENT MATERIAL WHICH COMPLIES WITH MIL SPEC MIL-D-3135 TYPE II. INSTALL ASBESTOS-FREE DECK TILE COMPLYING WITH FED SPEC SS-T-312, TYPE II OR III AND MEETING THE FIRE REQUIREMENTS OF MIL-STD-1623. UNDERLAYMENT AND DECK TILE TO BE INSTALLED IN ACCORDANCE WITH GEN SPECS SECTION 634. COLOR OF DECK TILE TO BE DETERMINED BY SHIPS REPRESENTATIVE. 1. Remove existing deck. Install Vinyl Tile. SPACE NAME SQUARE FT EXISTING DECK 2-245-0-L ENGINEERING BERTHING 3500 TILE 3-64-0-L OPS SPACE 2500 TILE 2-128-0-L AFT MESSDECKS 3390 TILE 2-138-01-L AFT MESSDECKS 6104 TILE 2-148-0-L AFT MESSDECKS 1022 TILE 2-150-0-L AFT MESSDECKS 1472 TILE 2-165-1-L AFT MESSDECKS 1884 TILE 2-165-2-L AFT MESSDECKS 1042 TILE 2-84-2-L FWD MESSDECKS 432 TILE 2-84-1-L FWD MESSDECKS 450 TILE 2-74-0-L FWD MESSDECKS 2333 TILE 2-64-0-L FWD MESSDECKS 2365 TILE 2-54-01-L FWD MESSDECKS 1090 TILE Ship requests delivery by 30 SEP 2004. CVN-71 requests target period of performance for majority of the effort to commence in August 2003. Contrator shall begin scheduling with ship?s habitability representative in FEB 2004 and shall begin removal and deck preparation as soon as authorized from ship?s habitability representative. 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 10 NOV 2003 at 16:00 (4:00 P.M.). Offers can be faxed to (757-444-4417), or emailed to scott.wilkins@navy.mil. Reference RFQ V212473300C900 on your proposal. [SIC= 1752; FSC= 7220] Note(s): #1 applies. The proposed contract is 100% set-aside for small business concerns.
- Place of Performance
- Address: USS THEODORE ROOSEVELT CVN-71, NORFOLK NAVAL SHIP YARD
- Zip Code: 23502
- Country: USA
- Zip Code: 23502
- Record
- SN00463132-W 20031102/031031213430 (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 |