Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
SOLICITATION NOTICE

J -- shipboard habitability / refurbishment

Notice Date
2/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
337214 — Office Furniture (except Wood) 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-0066
 
Response Due
2/22/2007
 
Archive Date
2/23/2007
 
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-0066 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 337124 and the business size standard is 500 employees. Fleet Contracting Center, Mayport Fl intends to purchase on a full and open competitive basis to provide labor, material, facilities and transportation necessary to refurbish various living spaces on board the USS Boone FFG28, to include the following; Renovation of Crews Lounges SOW; to be conducted Feb-Mar 2007 Remove, reupholster with vinyl upholstery and replace 4 each 3-seat sofas. Remove, reupholster with shipboard approved vinyl upholstery, return and reinstall Six (6) each chairs. 2. Deck; Remove existing deck covering to shipboard instruction S9086-VG-STM-600/CH634 and replacement product manufacture's recommended underlayment. Repair any and all damaged underlayment. Provide material and labor to install approximately 250 square feet of new "Stratica" vinyl floor tile. Provide labor and material to seal edges along bulkhead baseboards with a smooth even finish. 3. Stanchion Poles x2. Remove existing pole covering. Thoroughly clean and Prep surface. Provide and install new HPPL with woodgrain pattern to match bulkheads. 4. Bulkhead. Remove approximately 200 linear feet of existing wall covering. Clean and prepare bulkheads by patching holes and seams. Sand, clean away dust to give an overall smooth, seamless and bump free surface. Provide material and labor to install new HPPL with wood grain pattern, class 2, Type I wall covering. Edges shall be clamped under trim pieces similar to piece no 44 or 64 of NAVSEA Drawing no. 804-5000991. Paint trim and surfaces not able to accept wall cover. 5. Overhead. Remove existing overhead fiberglass panels. Provide and install new PVC 0.050 inch thick,(POLYVINYL CHLORIDE) FILM/ALUMINUM LAMINATE LAY-IN SECURED PANELS (Type D). Color ? white. Installation shall be accomplished to provide a pleasing and aesthetic appearance. Access panels and grid work shall be cleaned off prior to insertion of panels with clips. Wardroom SOW; to be conducted Feb-Mar 2007 1. Sofas Remove 2 each 3-seat sofas to contractor's facility. Remove and template fabric. anufacture and install new shell and cushion covers with shipboard approved fabric. Reinstall and secure onboard ship. 2.Deck, Remove existing deck covering to manufacture's recommended underlayment. Repair any and all damaged underlayment. Provide material and labor to install approximately 384 square feet of new "Stratica" vinyl floor tile. Provide labor and material to seal edges along bulkhead baseboards. 3.Stanchion Poles. Remove existing pole covering. Clean and prep surface. Provide and install new approved woodgraing pattern HPPL. 4.Entry Door Frames, Provide labor to prep by sanding, 3 each entry door frames. Provide material and labor to paint frames, and Relaminate 3 door surfaces to match furnishings woodgrain pattern. 5. Buffet/Salad Bar. Remove existing sideboard salad bar. Manufacture and install one (1) new salad style sideboard. Unit shall match existing measurements. Cabinet configuration as follows: Cabinets no.1 and no 3 will be similar to SFC" B-4A-1(shipboard catalogue drawing), Unit No. 1. Cabinet no. 3 will have drain tank with piping. Cabinet no.2 will be similar to "SFC" (shipboard furniture catalogue dwg) B-4A-1, Unit No. 2. Counter top will have recessed stainless steel pan for loading of ice to chill salads and fruits. Stainless steel shall conform to Fed Spec QQ-S-766. Pan will be drain able. Provide 3 each laminated pan covers with brass flush mount pulls. 6. Bulkhead. Remove approximately 79 linear feet of existing wall covering and chair rail. Prepare bulkheads by patching holes and seams. Provide material and labor to install new Type II wall covering; vinyl sheeting to be used on the upper half of bulkhead, paneling to be used on the bottom half. Provide and install approximately 12 linear feet of stainless steel sheeting to encompass the bulkhead around beverage equipment. Trim paint surfaces not able to accept wall cover. Wardroom Beverage Line. Relaminate cabinets/drawers to match salad bar. 7.Overheads, Provide and install approximately 40 metal ceiling tiles with clips. Installation shall include custom fit arouond obstructions and permanent boxing in ceiling. CPO Mess SOW; to be conducted Feb-Mar 2007 1.Remove 4 each benches, and 1 chair to contractor's facility. Remove and template fabric. Manufacture and install new shell and cushion covers with shipboard approved vinyl upholstery fabric. Reinstall onboard ship. 2.Deck; Remove existing deck covering IAW shipboard instruction S9086-VG-STM-600/CH634 and replacement product IAW manufacture's recommended underlayment. Repair any and all damaged underlayment. Provide material and labor to install approximately 400 square feet of new "Stratica" vinyl floor tile. Provide labor and material to seal edges along bulkhead baseboards. 3. Bulkhead, Remove approximately 100 linear feet of existing wall covering and chair rail. Chair rail shall be marked with associated bulkhead number for purposes of reinstallation. Clean and prepare bulkheads by patching holes and seams. Sand, clean away dust to give an overall smooth, seamless and bump free surface. Provide material and labor to install new HPPL with wood grain pattern, class 2, Type I wall covering. Edges shall be clamped under trim pieces similar to piece no 44 or 64 of NAVSEA Drawing no. 804-5000991. Paint trim and surfaces not able to accept wall cover. Reinstall chair rail to associated bulkhead. 4. BEVERAGE EQUIPMENT Provide and install approximately 12 linear feet of stainless steel sheeting to encompass the bulkhead around beverage equipment. 5. Overhead, Remove existing overhead fiberglass panels, Provide and install new PVC 0.050 inch thick,(POLYVINYL CHLORIDE) FILM/ALUMINUM LAMINATE LAY-IN SECURED PANELS (Type D). Color ? white. Installation shall be accomplished to provide a pleasing and aesthetic appearance. Access panels and grid work shall be cleaned off prior to insertion of panels with clips. MESSDECKS; to be conducted Feb-Mar 2007. 1.Sand and refinish 11 messdecks tables in a blue and white, scratch resistant finish. 2.Sand and refinish 50 messdecks McDonald style chairs in a dark blue enamel finish. 3. Overhead, Remove existing overhead fiberglass panels, Provide and install new PVC 0.050 inch thick,(POLYVINYL CHLORIDE) FILM/ALUMINUM LAMINATE LAY-IN SECURED PANELS (Type D). Color ? white. Installation shall be accomplished to provide a pleasing and aesthetic appearance. Access panels and grid work shall be cleaned off prior to insertion of panels with clips. SPECIFICATIONS: All materials installed on US Navy ships shall be in accordance with Fire Performance ratings of Mil-Std 1623. A written certificate shall be provided by the manufacturer. A copy shall be maintained in shipboard files and a copy shall be provided with invoice at time of submission. UPHOLSTERY PADDING AND CUSHIONING SHALL BE OF LOW SMOKE FOAM IN ACCORDANCE WITH MIL.SPEC: MIL-R-20092, TY II, CLASS 5 UPHOLSTERY; VINYL shall be IAW FED.SPEC CCC-A-680, CL 2, treatment (a,1) or CCC-C-700, CL 4, treatment (a) DECK COVERING; FED. SPEC. SS-T-312B TY II, or III. ASBESTOS FREE: Mil. Spec. MIL-T-18830 INSTALLATION: Manual S9086-VG-STM000/CH-634 for vinyl tiles HPPL; MIL-P-17171, NAVSEA DWG 804-5000991 ADHESIVE: FED. SPEC MMM-A-130 OR MIL-A-24179, TY I PAINT: NSTM (NAVY SHIPS TECH MANUAL) Chapter 631 OVERHEAD PANELS (PVC): MIL-L-24518, WHITE. LIGHT FIXTURES: MIL-F-1773 LIGHT DIFFUSING PANELS: Shall be 100 % acrylic IAW: MIL-P-24191,TY 2 CLEAR, POLYSTYRENE OR OTHER PLASTIC LIGHT DIFFUSERS ARE SPECIFICALLY PROHIBITED. 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.The referenced clauses may be viewed in full text at the following website: http://farsite.hill.af.mil Upon request, the Contracting Officer will make their full text available. (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, clause FAR 52.246-15 Certificate of Conformance (APR 1984), 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). ,FAR clause 52.222-41 Service Contract Act of 1965; clause 52.222-42 Statement of Equivalent Rates for Federal Hires, 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)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. numbered notes 1 and 9 apply. 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..
 
Place of Performance
Address: USS BOONE FFG-28, NAVAL STATION, MAYPORT, FL. 32228
Zip Code: 32228
Country: UNITED STATES
 
Record
SN01233257-W 20070217/070215221608 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.