Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
SOLICITATION NOTICE

72 -- RENOVATION OF QUARTERDECK AND CARPETING IN CLASSROOMS

Notice Date
8/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327122 — Ceramic Wall and Floor Tile Manufacturing
 
Contracting Office
N00244 FISC SAN DIEGO CA Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024409T0643
 
Response Due
9/8/2009
 
Archive Date
10/8/2009
 
Point of Contact
CHARLES (FLETCH) FLETCHER II 619-532-2658
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This Procurement is issued as a 100% Total Small Business Set-Aside procurement under Standard Industrial Code 3253 - Ceramic Wall and Floor Tile and Federal Supply Class 7220 Floor Coverings. This is an All or None offer. The agency need of the following requirements: ITEM NUMBER 0001 RENOVATION OF QUARTERDECK AND CARPETING IN CLASSROOMSDESCRIPTION 1. Installation charges are to be listed as the number of hours for each performance and their labor hour rates.2. The shipping is FOB Destination San Diego, CA 92101.3. The date and time of the site visit is noted in the Statement of Work. QTY: 1 Group STATEMENT OF WORK 1.0TASK 1 1.1 Renovate existing quarterdeck and hallway. 1.2 Background The quarterdeck is a significant component of the overall Fleet Intelligence Training Center's image. The renovation plan includes a warmer and welcoming main entrance; conveying an engaging community. 1.3 Objectives The current quarterdeck is in need of a major renovation in order to improve the aesthetic look of the facility's main entrance. This initial impression is important in that it is critical to a prospective student's attitude toward the command and the Navy. 1.4 Sub-Tasks The following sub-tasks are required of the Contractor: A.Front Entryway:?Steel panels and track on the walls to be removed and drywall over wall areas from floor to ceiling to include taping, sanding, and texturing.?All four walls, beams, and door of entryway to be painted.?Replace carpeting and new ceramic tile installed. Deliverables include:?Contractor to provide on-site supervision throughout entire project and provide daily cleanup.?Contractor to remove and haul away existing stainless steel panels and track on both walls. Contractor to provide and install 5/8" drywall over wall areas, floor to ceiling. Contractor to tape, sand, and texture drywall.?Contractor to provide and install wood frame around one picture board. Wall area size approximately 109"x131"162" on both walls.?Contractor to prime and paint textured wall surfaces on all four walls.?Contractor to take up existing carpet and properly dispose off of base. Prep floor and install new ceramic tile planks and grout. Contractor to seal after dried and cured.?Contractor to provide ceramic tile planks, 6"x18" field tile.?Contractor to provide ceramic tile planks, 4"x18" base tile.?Contractor to provide all tape (drywall, masking), drywall mud, grout, drop cloth, sandpaper, and any tools to paint and repair drywall. B.Quarterdeck Area?Steel panels and track on one wall to be removed and then dry walled from floor to ceiling.?All four walls, beams, and doors of quarterdeck to be painted.?Wood frame around picture board to be made and installed.?Replace carpeting and new ceramic tile installed (will match existing quarterdeck tile). Deliverables include: ?Contractor to provide on-site supervision throughout entire project and provide daily cleanup.?Contractor to remove and haul away existing stainless steel panels and track on wall. Provide and install 5/8" drywall over wall area, floor to ceiling. Contractor to tape, sand, and texture drywall. Contractor to provide and install wood frame around one picture board. Wall area size approximately 188"x93".?Contractor to prime and paint textured wall surfaces on all four walls.?Contractor to take up existing carpet and properly dispose off of base. Contractor to prep floor and install new ceramic tile planks and grout. Contractor to seal after dried and cured.?Contractor to provide ceramic tile planks, 6"x18" field tile.?Contractor to provide ceramic tile planks, 4"x18" field tile.?Contractor to provide all tape (drywall, masking), drywall mud, grout, drop cloth, sandpaper, and any tools to paint and repair drywall. C.Hallway?Require all walls and doors of hallway to be painted.?Existing carpeting to be removed and ceramic tile installed (match existing quarterdeck tile). Deliverables include: ?Contractor to provide on-site supervision throughout entire project and provide daily cleanup.?Contractor to prime and paint textured wall surfaces on all four walls. ?Contractor to take up existing carpet and properly dispose off of base. Contractor to prep floor and install new ceramic tile planks and grout. Contractor to seal after dried and cured.?Contractor to provide ceramic tile planks, 6"x18" field tile.?Contractor to provide ceramic tile planks, 4"x18" base tile.?Contractor to provide all tape (masking), grout, drop cloth, sandpaper, and any tools to paint and repair wall. 2.0 Place of Performance Meetings, project planning, and work shall be performed at the Fleet Intelligence Training Center. 3.0 Period of Performance The Project Start (PS) date shall be within 30 days after award. 4.0 Technical Representative The Technical Representative is LT Jon Muhoberac, 3955 North Harbor Drive, San Diego, CA 92101, (619) 524-5048, fax (619) 524-5825, and email jon.muhoberac@navy.mil The secondary Technical Representative is CTTC April Thomas, 3955 North Harbor Drive, San Diego, CA 92101, (619) 524-5046, fax (619) 524-5825, and email april.thomas@navy.mil. 5.0 Hours of Work Hours of work are the normal operational hours Monday through Friday from 7:30am - 4:00pm (PST). All work hours are firm. Use of overtime is not applicable. 6.0 Acceptance of Deliverables The Technical Representative will have ten (10) working days to complete its review of the deliverables. The Technical Representative will accept or reject the deliverables in writing. In the event of the rejection of any deliverable, the Contractor shall be notified in writing by the Technical Representative, giving the specific reason(s) for rejection. The Contractor shall have five (5) working days to correct the rejected deliverable and return it to the Technical Representative. 7.0 Security All Contractor personnel must adhere to the GSA Public Building's rules and regulations. 8.0 Organizational Conflict of Interest The offeror's attention is directed to FAR Subpart 9.5, Organizational Conflicts of Interest. 9.0 Use of Government Facilities or Personnel Unless directly related to this contract, the Contractor and any employees or consultant of the Contractor are prohibited from using U.S. Government facilities (such as office space or equipment) or U.S. Government clerical or technical personnel in the performance of the services not specified in the Task Order. 10.0 Site Visit The site visit will be held on 03 Sep, 2009 from 9:00 a.m. to 12:00 p.m. at the Fleet Intelligence Training Center located at 3955 North Harbor Drive, Bldg. 564, San Diego, CA 92101. For the site visit the vendor must provide their name, business name, phone number, and social security number for security access. Carpet and paint samples are to be presented at the site visit for the Government to review. All samples are not to be at the expense of the Government.The requirement is for a firm-fixed price type contract. All prospective offerors are cautioned that in the event the Government is unable to determine price reasonableness based on the offers received and market analysis, the Government will not issue a contract. This decision is solely the decision and right of the Government. All efforts performed and all cost expended by prospective offerors in providing information requested by the solicitation are not subject to reimbursement by the Government. The following provisions apply: FAR 52.212-1, Instructions to Offerors Commercial Items, 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; 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. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34 FOB Destination; Clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items (Dec 2008) applies with the following applicable clauses for paragraph (b): FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Dec 2008); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219.28 Post Award Small Business Program Rerepresentation (June 2007); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008); ! FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.225-1 Buy American Act-Supplies (June 2003); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration; FAR 52.237-2 Site Visit (Apr 1984);FAR 52.247-34 F.O.B. Destination; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Deviation) (Jan 2009), applies with the following clauses applicable for paragraph (b); DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); N00244M282 Award By Full Quantity (Aug 1992) (FISC San Diego); N00244M311 Evaluation-Using Technically Acceptable Minimum Criteria and Price Factors (Apr 1996) (FISC San Diego) and N00244L332 Unit Prices. DFARS 252.204-7004 Required Central Contractor Registration, 252.232-7003 Electronic Submission of Payment Requests and SUP 525.232-9402, applies to all solicitations issued on or after 6/1/98; 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 on the Internet at www.bpn.gov for more information. Please ensure compliance with this regulation when submitting your proposal. 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 Government intends to award the contract to the eligible, low-priced, responsible offeror. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Ability to meet both technical capability and the ability to meet the required delivery schedule represent MINIMUM criteria for acceptable award. Failure to meet one of these two criteria shall ender the offer to be technically unacceptable and will not be considered for award. Award will be made to that responsible offeror which meet both of the above minimum technical and schedule requirements and offers the lowest price. All responsible Offerors are to submit current pricing, delivery time, payment terms, CAGE code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's services that meet the specifications, along with applicable government discounts. Initial pricing (quotes) and any technical information must be received no later than 12:00 PM (PST), Tuesday, 08 Sep 2009 and will be accepted via Fax (619) 532-1088, Attn: Charles (Fletch) Fletcher II at (619) 532-2658 or e-mail charles.e.fletcher@navy.mil. Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; FAR Clauses http://acquisition.gov/comp/far/index.html DFARS Clauses http://www.acq.osd.mil/dpap/dars/dfaras/index.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024409T0643/listing.html)
 
Place of Performance
Address: 3955 NORTH HARBOR DRIVE, SAN DIEGO, CA
Zip Code: 92101
 
Record
SN01933430-W 20090902/090901000110-103cb035f30a535edd3142785c3455a6 (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.