Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2005 FBO #1398
MODIFICATION

72 -- INSTALL MARINE DECKING

Notice Date
9/22/2005
 
Notice Type
Modification
 
NAICS
238330 — Flooring Contractors
 
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
V218535258CT99
 
Response Due
9/23/2005
 
Archive Date
10/8/2005
 
Point of Contact
Scott Wilkins, Contracting Officer , Phone 757-443-1326, Fax 757-443-1402,
 
E-Mail Address
scott.wilkins@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0003 This Amendment 0003 is hereby issued to make the following changes to RFQ V218535258CT99; a subsequent solicitation document will not be issued. Fleet Industrial Supply Center Norfolk intends to purchase for the USS Harry S. Truman (CVN-75) the following items; Summary: 1. This amendment hereby revises the CLIN 0001 scope of work to include the requirement for underlayment. 2. The 12,000 SF does NOT include ‘underlayment’ + ‘Type III’. This approach would only produce a total Type III coverage of 6000 SF. The total SF after installation shall include both underlayment and Type III so that final project completion shall result in 12,000 SF of Type III installed. 0001 – Provide and Install Cosmetic Polymeric (Monolithic Seamless) Deck Covering – Type III: Existing deck covering will be removed down to bare metal surface by SHIP’S FORCE. Prepare and prime deck surface in accordance with GENSPEC Section 631. Install approved underlayment to level surface and cover any raised areas across the surface area. Install new cosmetic polymeric (monolithic seamless) deck covering material throughout entire areas specified iaw military specification Mil Spec MIL-D-24613 Type III. Installation of new deck covering material shall be in accordance with manufacturers specifications and detailed requirements stated in GENSPEC Section 634. Cove base effect shall be iaw manufacturers instructions or as directed by GENSPEC 634, which ever is greater. Apply two coats of sealer iaw manufacturers specifications to complete the installation and promote durability. Color and pattern of new deck covering material shall be specified by ships representative. Contractor shall maintain completion log in order to track contract ‘ceiling’ of specified square footage. The area of decking measures approximately 12,000 SF as follows: (clean RFQ and Scope of Work spreadsheet copy is available upon request via email at scott.wilkins@navy.mil). TOTAL 12000 SF Ship requests delivery completion no-later-than (NLT) 31 AUG 2006. FOB Point Destination Naval Base Norfolk, Norfolk, VA 23511 and Norfolk Naval Ship Yard, Norfolk VA 23502. Contractor shall adhere to all requirements and regulations of the Memorandum of Understanding (MOU) between the USS Harry S. Truman and the Norfolk Naval Shipyard once established. 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 possible Ship / Contractor pre-performance meetings and due to unforeseeable ship schedule changes during contract performance. Contractor 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 are not possible since the ship is currently operating in the Gulf of Mexico in support of Hurricane Katrina relief efforts. At 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 23 SEP 2005 at 1200 (12:00 P.M.) EST. Offers can be faxed to (757-443-1402), or emailed to scott.wilkins@navy.mil. Reference RFQ V218535258CT99 on your proposal. [FSC= 7220]. Numbered Notes; Number 1, the proposed contract is 100% set aside for small business concerns. NAICS 238330 ($12.0M). NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-SEP-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00189/V218535258CT99/listing.html)
 
Place of Performance
Address: NORFOLK NAVAL BASE AND NORFOLK NAVAL SHIPYARD NORFOLK, VA
Zip Code: 23511
Country: USA
 
Record
SN00902218-F 20050924/050922215009 (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.