Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2005 FBO #1404
SOLICITATION NOTICE

72 -- MARINE DECKING INSTALLATION

Notice Date
9/28/2005
 
Notice Type
Solicitation Notice
 
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
V21412SEP2005CVN70
 
Response Due
9/29/2005
 
Archive Date
10/14/2005
 
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 hereby announces the request for quote for the required items under a new RFQ V21412SEP2005CVN70; a subsequent solicitation document will not be issued. Fleet Industrial Supply Center Norfolk intends to purchase for the USS Carl Vinson (CVN-70) the following items; 0001 ? Provide and Install Porcelain Tile Deck Covering: No QPL or Mil-Spec currently exists for these materials. All products must meet the requirements of commercial standard A137.1. A copy of this standard can be obtained from: Tile Council of America, Inc., 100 Clemson Research Blvd., Anderson, SC 29625. phone: 864-646-8453, fax:864-646-2821. url: http:/www.tileusa.com. Contractor shall remove existing deck covering down to bare metal surface. 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 porcelain tiles throughout entire areas specified iaw best commercial standards for this type of product and the fact that it is being installed on board a U.S. Navy ship. The following method is a suggestion only: Install underlayment type 1 class 2 mil 3135 epoxy to 100% level (plus or minus 2%) by screed or laser or hand. Rubber leveler coat is authorized once underlayment base is established. Contractor shall understand how critical this deck leveling stage is to the overall success of the installation. Install porcelain tile using NAVSEA approved epoxy setting material i.e. Ansia118.3 using a 3/8 notched trowel and back butter the tile 100% for a nice level setting bed. Contractor shall grout using NAVSEA approved epoxy grout i.e. Mapie Kera epoxy. Ship's representative shall choose tile style, size, color selection and final design 1. Remove Existing Decking. Install Porcelain Tile. SPACE NAME SQUARE FT EXISTING DECK WARDROOM 3 WARDROOM 3 2200 STRATICA WARDROOM 1 & 2 WARDROOM 1 & 2 3000 STRATICA FWRD MESS DECKS FWRD MESS DECKS 6100 QUARY TILE Contractor shall maintain completion log in order to track contract ?ceiling? of specified square footage. The area of decking measures approximately 11,300 SF as follows: (clean RFQ and Scope of Work spreadsheet copy is available upon request via email at scott.wilkins@navy.mil). 1. The area of decking measures approximately 11,300 SF. 2. The 11,300 SF does NOT include ?underlayment? + ?porcelain tile?. This approach would only produce a total porcelain tile coverage of 5650 SF. The total SF after installation shall include both underlayment and porcelain tile so that final project completion shall result in 11,300 SF of porcelain tile installed. 3. The list of spaces spreadsheet shall be considered an estimate only. Actual space identification shall be established and agreed upon at a pre-work planning conference(s) between contractor and ship?s designated representative(s). 4. Offerors shall quote a firm fixed price for labor, materials, and installation for removal and installation of 11,300 SF. The log tracking system established by the contractor and certified by the ship?s designated representative (identified at pre-work planning conference) shall serve to verify the scope of work, in this case NTE 11,300 SF Ship requests delivery completion no-later-than (NLT) 31 MAR 2006. FOB Point Destination Northrop Grumman Newport News Shipyard for 100% of the work effort. Contractor shall adhere to all requirements and regulations of the Memorandum of Understanding (MOU) between the USS Carl Vinson CVN-70 and the Northrop Grumman Newport News 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 (JAN 2004), 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Contract evaluation and process will conducted under FAR Part 13.5 ? Test Program for Certain Commercial Items. The following factors shall be used to evaluate offers: Past Performance and Price, with past performance being somewhat more important than price. (1) Past Performance Evaluation Standards: The offeror shall demonstrate Past Performance through completion of similar U.S. Navy contracts for same or similar installations. The Contracting Officer may consider past performance experience with contracts that cover numerous other types of marine decking installation contracts. Data submitted by the offeror other than relevant contracts may not be considered. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Failure to submit past performance information shall be considered certification (by signature on the proposal) that the contractor has no past performance for like or similar items for the Government to evaluate. Offerors are required to provide information on no more than five (5) of the firm?s most recently completed U.S. Navy (not to exceed five years since completion) for like or similar services to those to be provided under this RFQ. Offerors may submit performance data regarding current contract performance as long as a minimum of one year of performance has been completed as of the closing date of this solicitation. Offerors who present similar contracts/orders should provide a detailed explanation demonstrating the relevance of the contract/order to the requirements of the solicitation. Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the proposal with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the proposals of other offerors having acceptable or better past performance. Offerors are cautioned that the Government reserves the right to obtain information for use in the evaluation of past performance from any sources including sources outside of the Government. The Government will obtain whatever information it deems most relevant to the required effort by telephonic and/or written inquiry. This information may include Contracting Officer?s knowledge and experience with contracts he or she has written, Performance Assessment Reporting Systems (CPARS), or past performance information from any source. The information contained in offeror's Past Performance submittals will be evaluated by the PCO with the assistance of a Contract Specialist, if assigned. The PCO will evaluate the offeror's Past Performance using the following sub-factors, which are of equal importance. (a) Quality: The offeror?s demonstrated history of delivering products and services of high quality and compliance with contractual requirements. Quality will be evaluated in terms of: overall customer satisfaction, instances of rework and/or deficiency reports, and evidence of effective and/or innovative work applications that were beneficial to the customer. (b)Timeliness: The offeror?s compliance with delivery and/or performance schedules, timeliness of submission of requested information, reports, and invoicing. (c) Contractor Responsiveness: The offeror?s demonstrated ability to respond to customer concerns, isolate and resolve problems, and take systemic improvement action. Each performance risk assessment of the factors listed above will consider: the number, type, and severity of problems, the effectiveness of corrective actions taken and the overall work record. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror?s performance on a list of contracts, but rather the product of subjective judgment of the government after it considers all available, relevant and recent information, therefore the adjectival ratings generally correlate with the definitions of performance risk as follows: Very Low Performance Risk: Based on the offeror's performance record, virtually no doubt exists that the offeror will very successfully perform the required effort. Performance meets and exceeds contractual requirements to the Federal Government?s benefit. The contractual performance of the element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective. This equates to Highly Acceptable (HA). Low Performance Risk: Based on the offeror's performance record, little doubt exists that the offeror will successfully perform the required effort. Performance meets contractual requirements. The contractual performance of the element being assessed contains some minor problems for which corrective actions taken by the contractor appears or were satisfactory. This equates to Highly Acceptable (HA). Moderate Performance Risk: Based on the offeror's performance record, some doubt exists that the offeror will successfully perform the required effort. Performance does not meet some contractual requirements. The contractual performance of the element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions or the contractor?s proposed actions appear only marginally effective or were not fully implemented. This equates to Acceptable (A). High Performance Risk: Based on the offeror's performance record, significant doubt exists that the offeror will successfully perform the required effort. Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element being assessed contains serious problem(s) for which the contractor?s corrective actions appear or were ineffective. This equates to Marginal (M). Neutral: No relevant past performance history, or for which past performance information is not provided or available. Unknown performance risk assessment. This equates to Neutral (N). Under most circumstances, it will be unnecessary to divulge the solicitation number, or other identifying information to the reference. In the event that it is necessary, you need to obtain a non-disclosure statement from the party to whom the information was provided. The assessment of the offeror?s past performance will be used as a means of evaluating the relative capability of the offerors to successfully meet the requirements of the RFP. In determining the rating of past performance evaluation factor, the Government will give greater consideration to the contracts which the Government determines are most relevant to the RFP. 2. Price: The PCO will evaluate Price. When the proposals are received, the PCO shall review the submission of offers as specified in FAR Clause 52.212-1 Instruction to Offerors? Commercial Items (Jan 2004), paragraphs (b)(1) through (b)(11). The Government intends to make a single award to the responsible offeror whose total offer is the most advantageous to the Government. Offers must include prices for the CLIN listed. Failure to do this may be cause for rejection of the offer for the CLIN listed. The offeror?s proposed price will be evaluated on the basis of price reasonableness in accordance with FAR Subpart 15.404-1. The evaluation may include, but is not limited to: a) Price comparison with other offerors; b) Completeness: All pricing information as it directly relates to the SOW; and c) Comparison with independent Government estimates. Although price is the least most important evaluation factor, it has the potential to become more significant during the evaluation process. The degree of importance of the price will increase with the degree of equality of the proposals in relation to the other factor on which selection is to be based. The importance of price will also increase when a proposal's price is so significantly high as to diminish the value to the Government that might be gained under the other aspects of the offer. If, at any stage of the evaluation, all offeror?s are determined to have submitted equal, or virtually equal, or generally equivalent, non-price proposals, price could become the factor in determining which offeror shall received the award. 3. Best Value Determination. The Government reserves the right to select an offeror with other than the best past performance, if the price is so advantageous to the Government as to constitute best value. On the other hand, the Government may select an offeror with other than the lowest price if the quality of past performance and a fair and reasonable price of a competitor result in the greatest value to the Government. Any such determination of best value will be made by the Contracting Officer pursuant to the evaluation criteria identified in this plan and the solicitation. (b) Options. N/A. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2004) ALTERNATE I (APR 2002), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003)(a) Inspection/Acceptance: Contractor shall expect a reasonable degree of pre-acceptance inspection by ship?s representative(s) to validate and confirm all final product conforms to the specifications described in this solicitation and in conjunction with what is considered industry standard on U.S. Navy vessels here in Norfolk, FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2004) within this clause, the following clauses apply and are incorporated by reference: 52.219-06 Notice of Total Small Business Set-Aside (June 2003), 52.222-19 Child Labor?Cooperation with Authorities and Remedies (JAN 2004)(E.O. 13126), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (OCT 2003) (E.O.S, proclamations, and statutes administered by Office of Foreign Assets Control of the Department of Treasury), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003) (31 U.S.C. 3322), FAR 252.232-7003 Electronic Submission Of Payment Requests (DEC 2003), FAR 52.215-5 Facsimile Proposals (OCT 1997). 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 (JUN 2003) within this clause the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003), DFAR 252.204-7004, (NOV 2001), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2004), 252.232-7003 Electronic Submission of Payment Requests (JAN 2004). 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 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 shall be at contractor?s own expense and no pre-paid open-and-inspection costs are authorized. POC: Supply Officer at suppo@truman.navy.mil. 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 29 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 V21412SEP2005CVN70 on your proposal. [FSC= 7220]. Numbered Notes; Number 1, the proposed contract is 100% set aside for small business concerns. NAICS 238330 ($12.0M).
 
Place of Performance
Address: NORTHROP GRUMMAN NEWPORT NEWS SHIPYARD
Country: USA
 
Record
SN00905878-W 20050930/050928212122 (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.