Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2014 FBO #4668
SOLICITATION NOTICE

72 -- PROCURE SUPPLIES AND SERVICES FOR HABITABILTY UPGRADES IN SIX LOCATIONS ONBOARD THE USS STOUT (DDG-55)

Notice Date
9/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N0018914T0405
 
Response Due
9/9/2014
 
Archive Date
9/23/2014
 
Point of Contact
TRACEY L. DILLARD 757-443-1926
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N0018914T0405. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120420. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 238990 and the Small Business Standard is $15M. This is a competitive action. The Fleet Logistics Center Norfolk requests responses from qualified sources capable of providing Contractor shall provide all labor and material required to accomplish the following: LOCATION: Wardroom: 2.2.1 WALL COVERING: Contractor shall remove existing wall covering, prep bulkhead, and provide/install approximately 65 square yards of vinyl wall covering. Color to be specified by ship ™s representative prior to installation. 2.2.3. SECTIONAL SOFA: Contractor shall refurbish and reupholster existing one (1) approximately 7 ™ and one (1) 48 sofas. Sofas shall be upholstered in Naugahyde Vinyl. Color to be specified by ship ™s representative prior to installation. 2.2.4 COFFEE and SIDEBOARD UNITS: Contractor shall refurbish existing coffee mess with granite top, laminated drawer/cabinet fronts. Contractor shall refurbish the interior mechanisms so drawers open, close and lock properly and replace drawer hardware. Color and style of hardware to be specified by ship ™s representative. Entire top shall be comprised of no more than two (2) pieces of granite. 2.2.7. CHAIR RAIL: Contractor shall provide/install approximately 60 linear feet of chair rail. Color to be specified by ship ™s representative prior to installation. LOCATION: CPO ™s Mess and Lounge: 2.2.8DECKING: Contractor shall provide/install 60 square feet of stratica floor tile to degraded areas, in accordance with NAVSEA standard item 009-26, 009-32. 2. 2.9 COMPUTER WORK STATION: Contractor shall provide and install 1ea. computer work station, unit shall have top, CPU storage and pull out key board trays w/ laminate finish. 2.2.10 CABINET: Contractor shall provide and install 1ea. Cabinet with 4 drawers and a cubby for microwave with a laminate finish. The countertop shall be pho-granite laminate in style. Contractor shall submit design drawing to ship ™s force for approval prior to fabrication/purchase. 2.2.11 PARTITION WALL: Contractor shall provide and install 4 ln ft. of partition bulkhead to separate the lounge from dining area. Bulkhead shall be finished w/ laminate. Color to be specified by ship ™s representative prior to installation. 2.2.12 TABLES: Contractor shall detach, move and re-attach two (2) existing tables to a new location inside the CPO Mess. Ship ™s representative will specify location prior to installation. 2.2.13 WALL COVERING: Contractor shall remove existing wall covering, prep bulkhead, and provide/install approximately 65 square yards of vinyl wall covering. Color to be specified by ship ™s representative prior to installation. LOCATION: Command Master Chief Office: 2.2.14FLOORING: provide/install 80 square feet of stratica flooring.. 2.2.15 DOOR: Contractor shall pride and install one single-piece naval shipboard approved door. 2.2.16 COMPUTER WORK STATIONS: Contractor shall provide and install 1ea. computer work station, unit shall have top storage, CPU storage, pull out key board trays and 6 lower drawers w/ laminate finish. Contractor shall submit design drawing to ship ™s force for approval prior to fabrication/purchase. LOCATION: CO ™s Cabin: 2.2.17SECTIONAL SOFA: Contractor shall refurbish and reupholster existing one (1) approximately 7 ™ x 7 ™sofa. Sofas shall be upholstered in Naugahyde Vinyl. Color to be specified by ship ™s representative prior to installation. LOCATION: MESS DECK: 2.2.18 SNEEZE SHIELD: Contraction shall provide and install 48in polycarbonate sneeze shield over salad bar. *** All materials furnished must be shipboard approved. All installations must be in accordance with the applicable manufacturers ™ instructions, NAVSEA standards, and Section C Shipboard Regulations. *** NOTE: The point of contact for a Site Visit (if desired) is LT Odom, phone: 912-655-4385, and email: carl.odom@ddg55.navy.mil. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The proposed contract is 100% set aside for small business concerns. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (APR 2008); 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009), (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 (JUN 2010); 52.215-5 Facsimile Proposals 757-443-1389/1333(OCT 1997); 52.247-34 F.O.B. Destination (NOV 1991); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders “Commercial Items (JUL 2010), the following clauses apply and are incorporated by reference: 52.219-6, Notice of Total Small Business Set Aside (JUN 2003), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUL 2010), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 2008), 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), and 52.232-36 Payment by Third Party (FEB 2010), 52.223-18 Contractor Policy to ban Text Messaging while Driving (SEPT 2010); The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A System for Award Management, (52.204-7) Alternate A (May 2013) Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/ ; 252.211-7003 Item Identification and Valuation (AUG 2008), 252.232-7010 Levies on Contract Payments (DEC 2006), 252.225-7000 Buy American Act ”Balance Of Payments Program Certificate (DEC 2009), Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JAN 2009), 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002), 252.204-7003 Control of Government Personnel Work Product (APR 1992), 252.223-7008 Prohibition of Hexavalent Chromium (MAY 2011). The following clause is incorporated by full text; 5252.NS-046P Prospective Contractor Responsibility. (AUG 2001) FISC Norfolk: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor ™s current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of the contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor ™s compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor (s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. All quotes shall be submitted via Microsoft Word or Excel spreadsheet. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Responses to this solicitation are due by 12:00AM EST on 9 September 2014. Offers shall be emailed to Tracey.Dillard@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018914T0405/listing.html)
 
Place of Performance
Address: NORFOLK NAVAL BASE, NORFOLK, VA
Zip Code: 23511
 
Record
SN03493453-W 20140905/140903235811-719477c61589e28dfeefdfe2fb890a74 (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.