Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
SOLICITATION NOTICE

19 -- Provide Labor and Material for Shipboard Interior Space Repairs on board the USNS COMFORT

Notice Date
6/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC VIRGINIA BEACH 238-2, BUILDING 238-2, CAMP PENDLETON, VIRGINIA BEACH, Virginia, 23451
 
ZIP Code
23451
 
Solicitation Number
N40442-08-T-5350
 
Archive Date
7/9/2008
 
Point of Contact
Patricia A Madison,, Phone: 757-417-4576
 
E-Mail Address
patricia.a.madison@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is N40442-08-T-5350, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. NAICS 336611 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Virginia Beach, VA intends to award a firm fixed price purchase order for the following services: STATEMENT OF WORK: Provide services of a qualified marine repair firm specialized in shipboard interior space repairs to perform the following work: The requested period of performance for the above service is 30 June - 30 July 08. A. GENERAL REQUIREMENTS: 1.Provide and erect OSHA approved staging to facilitate the work in MSD rooms or machinery spaces to reach under above deck if required by the contractor. Take the staging down upon completion of all work. 2.Remove all interference including ducting, hangers, lighting fixtures, joiner bulkheads, false overhead coverings, piping and cables to gain access the work area. Upon completion of the work reinstall them on their respective places using CFM new hardware, gaskets and fasteners. 3.Blank of all opened flanges using min 4 bolts to prevent spilling. Remove blanks prior to reinstallation. 4.Clean, prepare, prime and paint to match all disturbed surfaces. Repair and/or all new and disturbed and damaged insulation with CFM new as original. 5.Contractor shall assume to repair 10% underlayment and deck coating as per original on all tile and deck coverings. 6.Paint required shall be provided as GFM. Contractor shall contact with MSCREP to collect the paint prior to application. B. STATEMENT OF WORK: 1.Remove and replace terrazo floor and cove in the entire bathroom in the spaces identified below. Install stainless steel over panels in showers. •Officer State Room (03-33-0) •Officer State Room (03-33-1) •Officer State Room (03-33-3) 2.Remove existing deck covering and install VCT on the following spaces: •03 Level Passage-way. •Crew Berthing (4-61-3) •Crew Berthing (4-61-4) 3.Accomplish the following work in deck toilet: •Prepare and paint bulkheads •Install terrazo with 6-inch cove •Extend drain vent line for sink and toilet above overhead and route to outside with bulkhead penetration. Install air check valves on each drain line. •Unclog deck drain •Provide and install new toilet and hung stainless steel sink with accessories. 4.Accomplish the following work in Officers Lounge: •Remove all loose and fixed furniture except the bookcase. Prepare and repaint the bookcase. •Replace one (1) each joiner bulkhead. •Provide and install BELBIEN on all bulkheads and prepare and repaint bulkhead trim. 5.Remove VCT and install AMTICO floor. Install bookracks over file cabinets in Ships Technical Library (03-91-2) 6.Replace eight (8) each joiner bulkhead panels in Officers Laundry on 03 Deck. NOTE:Bidders are highly encouraged to conduct a detailed ship check to identify exact quantities of the material’s and hardware required to complete the work described above as a turn key-project to submit their proposals. POC: 1AE Matt Clark, Phone: (410) 631-7462 Email: Matthew.M.Clark.CIV@msc.navy.mil Port Engineer Deniz Ovecoglu, Phone: (619) 571-1043 deniz.ovecoglu@navy.mil Addendum to 52.212-1 Instructions to Offerors-Commercial Items: The contractor shall provide the following pricing breakdown with their quote: TRAVEL AND PER DIEM Round trip coach airfare: $__________ times number of personnel __________ = __________. Rental car: $__________per day/week or for period of performance. Per diem: $__________ per day times number of personnel __________ = __________. Contactor's proposed per diem price shall include both lodging and meals. The GSA per diem rate for (insert city,state) is $__________. Other (identify): $__________. LABOR RATES per labor category Insert labor category: Number of hours _____ times hourly labor rate $_____ times number of personnel __________ = __________. Contractor shall submit their published hourly/daily labor rates with their quote. MATERIAL Provide list of materials, with respective pricing, to be used in the performance of this service order. OTHER Provide any other costs associated with performing this service order not identified above. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications—Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 417-4606. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 24 June 2008 11:00 A.M. Offers can be emailed to patricia.a.madison@navy.mil or faxed to 757-417-4606 Attn: Patricia Madison. Reference the solicitation number on your quote.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=41987d1b41c6eec1d9672de5a6d410e1&tab=core&_cview=1)
 
Place of Performance
Address: 4209 Newgate Avenue, Canton Pier 11, Baltimore, Maryland, 21224-6416, United States
Zip Code: 21224-6416
 
Record
SN01595067-W 20080619/080617221926-41987d1b41c6eec1d9672de5a6d410e1 (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.