Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
MODIFICATION

J -- Refurbish beverage line and furnishings

Notice Date
1/29/2007
 
Notice Type
Modification
 
NAICS
337124 — Metal Household Furniture Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Mayport Detachment, Fleet Contracting Center Bldg. 191, Naval Station Mayport, Mayport, FL, 32228-0107, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68836-07-t-0054
 
Response Due
2/14/2007
 
Archive Date
3/1/2007
 
Point of Contact
Katherine Frisko, Purchasing Agent, Phone (904)270-5699 X146, Fax (904)270-6498, - Mary Hart, Supervisory Purchasing Agent, Phone (904) 270-5699 X150, Fax (904) 270-6498,
 
E-Mail Address
Katherine.Frisko@navy.mil, Mary.Hart@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 in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-07-T- applies and is issued as a Request for Quotation. This procurement is set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-45 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 337127 and the business size standard is 500 employees. Fleet Contracting Center, Mayport Fl intends to purchase on a full and open competitive basis to remove existing, Provide labor, material, facilities and installation to complete the following requirements on board a U.S. Navy FFG Class ship: remove existing stainless steel counter and cabinetry, sixty square feet of deck covering, combing and cabinet foundations to facilitate installation of new beverage line. Repair disturbed deck in accordance with general specification section 631 and 634. Provide and install eighteen linear feet of high pressure plastic laminate covered aluminum cabinets, laminate shall be in accordance with Mil-P-17171. Cabinets shall be modular to be hatchable. All cabinets to have hinged and lockable doors, five shall have one interior adjustable shelf. Provide and install one each 216? x 34?w, continuous stainless steel counter with marine hem lip, applicable drain system and vertical back splash. Provide and install 15 linear feet of folding tubular tray slide. Remove twenty-four government owned McDonald style chairs to contractor?s facility, remove existing seat, seat swivel and frame coating. Provide services to powder coat chairs in accordance with industry standards. Replace all swivels with 180 degree swivels. Return and reinstall chairs. Remove ten sets of bench cushions to contractor?s facility for reupholstering. Use existing covers as templates, install vinyl covering which is in accordance with FED Spec CCC-A-680, class 2 treatment (a,1) or CCC-C-700 class 4, treatment (a) . Care shall be taken to secure seats and backs to benches, to keep from slipping and falling out of place. Provide and install ten each custom fitted vinyl table covers. Overhead refurbishments, Provide labor and material necessary to service ships force removed items. Clean light fixtures and paint visible edges, clean damper diffusers and paint white to match new overhead grid system. Sand and paint existing skirting and boxing. Provide and install new white, Chicago metallic #830, type ?F?, ceiling grid system, complete with wall angles, mains, 48? and 24? T?s. Reinstall refurbished lighting, ventilation dampers, diffusers, boxing and skirting. Provide and install numbered access panels as needed. Provide and install new polyvinyl chloride aluminum backed ceiling panels in accordance with Mil-L-24518. Manufacture, Provide and install Aluminum trash receptacle with High Pressure Plastic Laminate covered exterior and three interior bins. Receptacle to consist of one each counter top with raised lip. One each modular cabinet with three each hinged, latchable doors for cleaning accessibility and three each flipper doors. Receptacle to have three inch sub base and be secure to deck, IAW GEN SPEC 640 and NAVSHIPS DWG S3306-921770. Manufacture and provide 3 each removable custom trash cans. All materials shall comply with fire safety standards of Mil-STD-1623. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Lumber provided shall be nemotode free, (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; provision 52.219-1alternate II Small business Program Representations. clause 52.219-6 Total small Business set aside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). , clause52.222-41 Service Contract Act of 1965; clause 52.222-42 Statement of Equivalent Rates for Federal .Far clause 52.209-6 Protecting the Government?s interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (7/95); FAR 52.215-5 Facsimile Proposals 52.215-5 . FACSIMILE PROPOSALS (OCT 1997) (a) Definition. Facsimile proposal, as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 904-270-6498. (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document--(1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal;(2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. (End of provision). Electronic Proposals The preferred method of submission of proposals is via email. Solicitations sent to potential contractors via email or those solicitations downloaded from the contracting webpage at www.jax.fisc.navy.mil are "read only" MSWord copies. However, offerors may enter quotations and certification data by saving the original solicitation as a .html file and saving the .html file as a MSWord document. Although the cover page, standard form 1449, will remain as "read only" the offeror should now be able to enter quotes and complete the Offeror Representations and Certifications (Provision 52.212-3). Responses to solicitations may then be emailed as an attachment to: Katherine_F_Frisko@jax.fisc.navy.mil The cover page, standard form 1449, with signature and applicable blocks completed may be either electronically scanned into a MSWord document and emailed as an attachment OR faxed to 904-270-6498 attention contracting officer POC (above). Facsimile copies of the entire response to a solicitation are acceptable if provision 52.215-5 is included, but email responses are preferred. Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 , Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price, quality of product and delivery. Quotations must be received no later than 4:00 P.M, 02 May 2003. Offerors quotes must be in writing and may be faxed or mailed to the following. Attn: Katherine Frisko, Fleet Contracting Center, FISC JAX BLDG, 191 Naval Station Mayport FL 32228. Fax 904-270-6498 Telephone 904-270-5699 x146.shipboard Point of contact: Lt. Wallace or SK1 Fidell 904-270-6261 or 6253
 
Place of Performance
Address: USS STEPHEN W GROVES FFG 29 NAVAL STATION MAYPORT, FL. 32228
Zip Code: 32228
Country: UNITED STATES
 
Record
SN01221461-W 20070131/070129221006 (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.