Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

72 -- Install Cosmetic Polymeric (Monolithic Seamless) Deck Covering

Notice Date
7/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
541410 — Interior Design Services
 
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
Reference-Number-V218536166CT97
 
Response Due
7/24/2006
 
Archive Date
8/8/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under V218536166CT97. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase the following item(s): Carpet Install for the USS Harry S. Truman. CLIN 01: STATEMENT OF WORK Provide and Install Carpet: 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 iaw mil-spec mil-D-3135. Install new Carpet deck covering material throughout entire areas specified. Installation of new deck covering material shall be in accordance with manufacturer?s specification and detailed requirements stated in GENSPEC Section 634. Cove base effect shall be iaw manufacturer?s instructions or as directed by GENSPEC 634, which ever is greater. Color and pattern of new carpet covering material shall be specified by ships representative. Contractor shall maintain completion of log in order to track contract ?ceiling? of specified square footage. The area of decking measures approximately 70 SQ YD as follows: Work to be accomplished: WC SQ FT LOCATION CARPET BC01 20 03-113-8-Q CARPET IM01 184 01-200-2-Q CARPET CMC 50 2-149-1-Q CARPET SS05 150 03-160-2-L CARPET SAFETY 220 01-128-1-Q TOTAL 624 SQ FT (70 SQ YD x $87.50=$6,125.00) Note: 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). CLIN 02: STATEMENT OF WORK 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 iaw mil-spec-mil-D-3135. Install new cosmetic polymeric (monolithic seamless) deck covering material throughout entire areas specified iaw military specification Mil Spec MIL-D-24613 Type II Class II. Installation of new deck covering material shall be in accordance with manufacturer?s specification and detailed requirements stated in GENSPEC Section 634. Cove base effect shall be iaw manufacturer?s instructions or as directed by GENSPEC 634, which ever is greater. Underlayment shall not count against the total square footage. Apply two coats of scaler iaw manufacturer?s 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 of log in order to track contract ?ceiling? of specified square footage. The area of decking measures approximately 3,800 Sq Ft as follows: Work to be accomplished: WC SQFT LOCATION ONE STEP ED41 368 02-245-2-L ONE STEP ED41 437 02-250-1-L ONE STEP SEC 273 2-128-1-L ONE STEP RT01 300 2-225-6-L ONE STEP OP01 110 3-180-4-Q ONE STEP SS05 285 2-54-7-L ONE STEP MH40 10 2-106-1-L ONE STEP ED01 120 2-74-4-L ONE STEP ED01 120 2-148-0-L ONE STEP ED01 120 2-185-4-L ONE STEP SS05 285 02-54-7-L ONE STEP SS05 25 03-88-2-L ONE STEP SS05 24 03-156-4-L ONE STEP SS05 29 03-138-6-L ONE STEP SS05 30 03-113-2-L ONE STEP SS05 67 03-113-2-L ONE STEP SS05 21 02-61-2-L ONE STEP SS05 25 02-50-2-L ONE STEP SS05 19 02-54-5-L ONE STEP SS01 380 02-182-3-L ONE STEP SS01 180 02-177-1-L ONE STEP SS06 370 1-21-1-Q ONE STEP MISC 202 TBD TOTAL 3800 Sq Ft @ 21.00=$79,800 Note: 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). CLIN 03: STATEMENT OF WORK Provide and Install Cosmetic Polymeric (Monolithic Seamless) Deck Covering: 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 iaw mil spec mil-D-3135. Install new Cosmetic Polymeric (monolithic seamless) deck covering material throughout entire areas specified iaw military specification mil-D-24613 Type II Class 2. Installation of new deck covering material shall be in accordance with manufacturer?s specification and detailed requirements stated in GENSPEC Section 634. Cove base effect shall be iaw manufacturer?s instructions or as directed by GENSPEC 634, which ever is greater. Apply two coats of scaler iaw manufacturer?s 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 of log in order to track contract ?ceiling? of specified square footage. The area of decking measures approximately 1,354 SF as follows: Work to be accomplished WC SQFT LOCATION PRC LEGAL 624 02-195-2-L PRC SS05 480 2-182-2, 2-185-4, 195-2, 2-190-4, 2-200-2 PRC MISC 250 TBD TOTAL 1354 @ $18.75=$25,387.50 Note: 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). CLIN 04 STATEMENT OF WORK 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 manufacturer?s specification and detailed requirements stated in GENSPEC Section 634. Cove base effect shall be iaw manufacturer?s instructions or as directed by GENSPEC 634, which ever is greater. Underlayment shall not count against the total square footage. Apply two coats of scaler iaw manufacturer?s 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 of log in order to track contract ?ceiling? of specified square footage. The area of decking measures approximately 1,600 SF as follows: Work to be accomplished: WC SQFT LOCATION ONE STEP SS01 1370 2-113-1-L ONE STEP WG03 175 2-74-4-LQ ONE STEP MISC 155 TBD TOTAL 1700 Sq Ft @ 21.00=$35,700.00 Note: 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). The required delivery date is 31 AUG 06. FOB: Point Destination to the following address: BUILDING V-146 1126 POCAHANTAS STREET NORFOLK NAVAL BASE NORFOLK, VA 23511 The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (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 (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 28 Apr 2006. Offers can be emailed to brandy.harris@navy.mil or faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 230A5, Attn: Brandy L. Harris, Norfolk, VA.23511-3392. Reference V218536166CT97, on your proposal. Numbered Notes 1 applies. NAICS 332919 (500 Employees)
 
Place of Performance
Address: USS TRUMAN, 1126 POCAHANTAS STREET, BLDG V-146, NORFOLK NAVAL BASE, NORFOLK, VA
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01089768-W 20060716/060714221739 (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  © 1994-2020, Loren Data Corp.