Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2003 FBO #0652
SOLICITATION NOTICE

72 -- PRC DECKING MATERIAL AND INSTALLATION

Notice Date
9/8/2003
 
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
N00189-03-T-0712
 
Response Due
9/12/2003
 
Archive Date
9/27/2003
 
Point of Contact
Tracey Tobias, LT, SC, USN, Phone 757-444-1026, Fax 757-444-4417,
 
E-Mail Address
tracey.tobias@navy.mil
 
Small Business Set-Aside
Total Small Business
 
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 V218533164CT99 for the USS HARRY S. TRUMAN (CVN-75). 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. 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 COATS 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. SPACE SQUARE FOOTAGE 5-206-1-L 157 6-206-1-L 157 2-31-0-L 145 04-160-1-Q 336 04-160-3-Q 168 II. PRC – COLOR / RESEAL REMOVE EXISTING PRC COLOR AND COLOR SEAL LEVELS. SAND AND PREPARE UNDERLAY 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 COATS AND COLOR CHIPS IN ACCORDANCE WITH MANUFACTURERS SPECIFICATIONS TO COMPLETE THE INSTALLATION. COLOR/PATTERN OF NEW DECK COVERING MATERIAL SHALL BE SPECIFIED BY SHIPS REPRESENTATIVE. SPACE SQUARE FOOTAGE 2-1P48-2-Q 562 2-165-4-Q 461 08-159-1-C 555 04-165-1-L though 010-165-1-L: 2,378 Also, Replace the “GIVE EM HELL” vinyl inlay pendants at each landing with decals same as those being removed but sealed into the deck.. Ship requests delivery by 28 FEB 2004. CVN-75 requests target period of performance for majority of the effort to commence in October 2003. FOB Point Destination to USS HARRY S. TRUMAN (CVN-75), 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: LTJG Wooten, WOOTENWL@TRUMAN.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 12 SEPT 03 at 16:00 (4:00 P.M.) Offers can be faxed to (757-444-4417), or emailed to tracey.tobias@navy.mil Reference RFQ V218533164CT99 on your proposal. [SIC= 1752; FSC= 7220] Note(s): #1 applies. The proposed contract is 100% set-aside for small business concerns.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00189/N00189-03-T-0712/listing.html)
 
Place of Performance
Address: USS HARRY S. TRUMAN C/O DDNV BUILDING V-146, BAY 1 MPC NAVBASE NORFOLK 1126 POCAHONTAS STREET NORFOLK, VA
Zip Code: 23511
Country: USA
 
Record
SN00429062-F 20030910/030908213108 (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.