Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

J -- INSTALLATION OF PRC DECKING

Notice Date
2/13/2008
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-R214128024AY01
 
Response Due
2/20/2008
 
Archive Date
3/6/2008
 
Point of Contact
Adam Ball, Contract Specialist, Phone 757-443-1439, Fax 757-443-1327, - Scott Wilkins, Contracting Officer , Phone 757-443-1326, Fax 757-443-1402
 
E-Mail Address
adam.j.ball@navy.mil, scott.wilkins@navy.mil
 
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 items under RFQ R214128024AY01. A subsequent solicitation document will not be issued. FISC Norfolk Contracting Department Norfolk Office intends to purchase the following items: CLIN 0001 ? Provide and Install Vinyl Tile Deck Covering : Remove existing deck covering, prepare and prime deck surface in accordance with NSTM Chapter 631. Install approved underlayment to level surface and cover any raised areas across the surface area. Install new vinyl tile that meet ASTM-F-1066 standard. Installation of new deck covering material shall be in accordance with manufacturers specification and detailed requirements stated in NSTM Chapter 634. Cove base effect shall be iaw manufacturers instructions or as directed by NSTM Chapter 634, which ever is greater. Color and pattern of new deck covering material shall be specified by ships representative. Contractor shall maintain completion log in order to track contract ?ceiling? of specified square footage. The area of decking measures approximately 877 SF as follows: LOCATION 01-21-0-L (S-6 Berthing). Note: 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 total SF after installation shall include both underlayment and Vinyl Tile so that final project completion shall result in 877 SF of Vinyl Tile installed. CLIN 0002 ? Provide and Install Cosmetic Polymeric (Monolithic Seamless) Deck Covering ? Type III: Prepare and prime deck surface in accordance with NSTM Chapter 631. Install approved underlayment to level surface and cover any raised areas across the surface area iaw MIL SPEC MIL-D-3135. The total square footage provided herein represents finished product. Install new TYPE III Cosmetic Polymeric (monolithic seamless) deck covering material throughout entire areas specified iaw military specification MIL-D-24613 Type III. Installation of new deck covering material shall be in accordance with manufacturer's specification and detailed requirements stated in NSTM Section 634. Cove base effect shall be iaw manufacturer's instructions or as directed by NSTM 634, which ever is greater. Cove Base shall be no less 4" high in 'wet spaces' and any 'head spaces'. The total square footage provided herein represents finished product. Apply two coats of sealer iaw manufacturer's specifications to complete the installation and promote durability. Color and pattern of new deck covering material shall be specified by ship representative. Contractor shall maintain completion of log in order to track contract ?ceiling? of specified square footage. The area of decking measures approximately 296 SF as follows: LOCATION 2-210-2-L (S-6 HEAD). Note: 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 total SF after installation shall include both underlayment and TYPE III Cosmetic Polymeric (monolithic seamless) deck covering so that final project completion shall result in 296 SF of TYPE Cosmetic Polymeric (monolithic seamless) deck covering. CLIN 0003 ? Provide and Install Cosmetic Polymeric (Monolithic Seamless) Deck Covering ? Prepare and prime deck surface in accordance with NSTM Chapter 631. Install approved underlayment to level surface and cover any raised areas across the surface area iaw MIL SPEC MIL-D-3135. The total square footage provided herein represents finished product. 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 NSTM Section 634. Cove base effect shall be iaw manufacturer's instructions of as directed by NSTM 634, which ever is greater. Apply two coats of sealer iaw manufacturer's specification to complete the installation and promote durability. Color and pattern of new deck covering material shall be specified by ship representative. Contractor shall maintain completion of log in order to track contract ?ceiling? of specified square footage. The area of decking measures approximately 619 SF as follows: LOCATION 2-210-2-L (S-8 BERTHING). Note: 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 total SF after installation shall include both underlayment and Cosmetic Polymeric (monolithic seamless) deck covering so that final project completion shall result in 619 SF of Cosmetic Polymeric (monolithic seamless) deck covering. FOB: Destination Norfolk Naval Base, VA 23511. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.247-34 F.O.B. Destination (NOV 1991), 52.204-7 Central Contractor Registration (JUL 2006); 52.212-1 Instructions to Offerors-Commercial Items (NOV 2007); 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 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 (FEB 2007); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders ?Commercial Items (DEC 2007), 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 (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), and 52.232-33 Payment by Electronic Funds Transfer----Central Contractor Registration (OCT 2003 (31 U.S.C.3332), 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 (APR 2007), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (JUN 2005), 252.232-7003, Electronic Submission of Payment Requests (MAR 2007), 252.247-7023 Transportation of Supplies by Sea Alternate III. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested items, with their unit prices, extended prices, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by February 20, 2008 at 10:00 A.M. Offers can be emailed to adam.j.ball@navy.mil , faxed to 757-443-1402 or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Contracting Department, Norfolk Office, Attn: Adam Ball Code 230.1, Norfolk, VA.23511-3392. Reference RFQ R21412-8024-AY01 on your proposal. NAICS 336611, Numbered Notes: Number 1 applies.
 
Place of Performance
Address: NORFOLK NAVAL STATION, NORFOLK, VA
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01508236-W 20080215/080213224955 (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.