Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
MODIFICATION

72 -- Marine Flooring

Notice Date
9/12/2006
 
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
Reference-Number-V218536214CT99
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Point of Contact
Doreen Hyde, Contract Specialist, Phone 757-443-1371, Fax 757-443-1402,
 
E-Mail Address
doreen.hyde@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment 0003 is to inform vendors that the last amendment should have read amendment 0002 instead of 0003. In addition the solicitation is extended trhough September 15, 2006 4pm (est). ++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++++ 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 V218536214CT99. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase the following item(s) utilizing the Test Program for Certain Commercial Items in FAR 13.5. Line items are for Marine Flooring as requested by the USS Harry S. Truman (CVN-75). Description as follows: CLIN 0001: Polished Porcelain Tile. The following range of pricing for materials is provided in order to ensure an adequate selection of polished porcelain tile for ship to chose from; (1) 18 x 18 NTE $5.00 per SF; (2) Border tiles NTE $64 per LF. Contractor shall provide and install polished 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 NSTM 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 recommended: Install underlayment Type 1 Class 2 Mil 3135 epoxy to 100% level (plus or minus 2%) by screed or laser. 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 Remove Existing Decking. Install Porcelain Tile. Work to be accomplished:WC SQ FT LOCATION PORCELAIN TILE SS02 2409 2-64-0-L PORCELAIN TILE SS02 2252 2-74-0-L PORCELAIN TILE SS02 2822 2-138-0-L PORCELAIN TILE SS02 2976 2-128-0-L PORCELAIN TILE SS02 1170 2-148-0-L PORCELAIN TILE SS02 1020 2-148-1-L PORCELAIN TILE SS02 180 2-148-0-L PORCELAIN TILE SS02 882 2-148-0-L PORCELAIN TILE SS02 1260 2-157-0-6 PORCELAIN TILE SS02 1645 2-64-0-L PORCELAIN TILE SS02 1391 2-138-0-L TOTAL 18,007 SQ FT Note: The list of spaces provided 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 the ship?s designated representative. The total surface area to be covered does NOT include ?underlayment? + ?porcelain tile?. This approach would result in half of the total surface area provided being covered. The total surface area covered after installation shall include both underlayment and porcelain tile so that final project completion shall result in 18,007 SF of polished porcelain tile installed. Offerors shall quote a firm fixed price for labor, materials, and installation for removal and installation of 18,007 SF. Contractor shall maintain an approved log tracking system established by the contractor and certified by the ship?s designated representative (identified at pre-work planning conference) and shall serve to verify the scope of work completed, in this case 18,007 SF. The required delivery date is 31 Dec 06. FOB Point is Destination USS Harry S. Truman (CVN-75). By submitting a quote on this requirement, contractor self-certifies they will comply with Norfolk Naval Shipyard Memorandum of Agreement with the shipyard and the USS Harry S. Truman (CVN-75) in full as long as the ship is at the shipyard. The remaining performance shall be completed at Norfolk Naval Base, Norfolk, VA 23511. A ?clean? RFQ and Scope of Work spreadsheet copy is available upon request via email at doreen.hyde@navy.mil or scott.wilkins@navy.mil). Phone Number: 443-1371. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006); 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2006) 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 (SEP 2005); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JUN 2006), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JAN 2006), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JAN 2006), 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 (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997) ? 757-443-1402. 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 (JUN 2006), the following clauses apply and are incorporated by reference:252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (JUN 2005); and 252.232-7003 Electronic Submission of Payment Requests (MAY 2006); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). 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. An official site visit is not scheduled. Interested contractors may schedule a site visit directly with LT Lori Cody at 396-4208 if interested. 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 12 September 2006 4 PM (EST). Offers can be emailed to Doreen.hyde@navy.mil or faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 230A5, Attn: Doreen Hyde, Code 230A6, Norfolk, VA.23511-3392. Reference: V218536214CT99, on your proposal. Numbered Notes 1 applies. NAICS 238330 ($13.0) FSC: 7220 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-SEP-2006); 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.fbo.gov/spg/DON/NAVSUP/N00189/Reference-Number-V218536214CT99/listing.html)
 
Place of Performance
Address: Norfolk, Virginia
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01141718-F 20060914/060912224221 (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.