Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2002 FBO #0279
SOLICITATION NOTICE

99 -- Installation of Decking for the USS Truman

Notice Date
9/5/2002
 
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
N00189-02-T-1004
 
Response Due
9/13/2002
 
Archive Date
9/28/2002
 
Point of Contact
Ryan Dickover, Contract Specialist Intern, Phone 757-445-2684, Fax 757-444-4417, - Scott Wilkins, Contract Specialist Intern, Phone 757-444-2636, Fax 757-444-4417,
 
E-Mail Address
Ryan_D_Dickover@nor.fisc.navy.mil, scott_d_wilkins@nor.fisc.navy.mil
 
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 N00189-02-T-1004 for the USS TRUMAN (CVN-75). A subsequent solicitation document will not be issued. Acquisition Department at FISC Norfolk intends to purchase the following items: All installation and materials to conform with MILPRF 24613 Type III. Brand name mandatory. 1. Removal of existing tile, patching of underlayment as needed and installation of new Phoenix One Step decking, field 300 SF, Boarder 210 LF, AFT port serving line, 2-165-2-L. 2. Removal of existing tile and underlayment, 400 SF to bare metal. Patching of underlayment as needed and installation of new Phoenix One Step decking, field 460 SF, Border 150 SF, AFT port P-Way 2-148-0-L & 2-148-2-L. 3. Removal of existing tile, patching of underlayment as needed, and installation of new Phoenix One Step decking, field 605 SF, border 220 SF AFT SRDB serving line, 2-165-3-L. 4. Removal of existing tile, patching of underlayment as needed, and installation of new Phoenix One Step decking 400 SF ship store P-Way 02-180-4-L. 5. Removal of existing tile, patching of underlayment as needed, and installation of new Phoenix One Step decking 620 SF in space 2-180-0-L. 6. 110 SF of reseal in space 2-180-0-L. 7. Removal of existing tile, patching of underlayment as needed, and installation of new Phoenix One Step decking 500 SF in space 2-190-3-L & 2-190-5-L. The requirements total: Field Deck Installation - 2,885SF; Boarder Deck Installation - 1,090SF; Reseal - 110SF. Be Advised: The USS Truman has 2 colors in its decking-- the boarder color will be different from the field color. Delivery will be 07 OCT 02. FOB Point Destination to USS HARRY S. TRUMAN CVN-75, Norfolk Naval Base. 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 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (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), FAR 52.215-5 Facsimile Proposals (OCT 1997). FAR 52.219-6 Notice of Total Small Business Set-Aside. The RFQ document, (N00189-02-T-1004), provisions and clauses that have been incorporated are those in effect through FAC 2001-07. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004, which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (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. 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 13 SEPT 02 at 16:30 (4:30 P.M.) Offers can be faxed to (757-444-4417), emailed to ryan_d_dickover@nor.fisc.navy.mil, or mailed to; Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: Ryan D. Dickover, Code 202A10, Norfolk, VA.23511-3392. Reference RFQ N00189-02-T-1004 on your proposal.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVSUP/N00189/N00189-02-T-1004/listing.html)
 
Place of Performance
Address: Norfolk Naval Station Norfolk, VA
Zip Code: 23511
Country: USA
 
Record
SN00159428-F 20020907/020905221446 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.