Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
MODIFICATION

N -- REFURBISHMENT OF 7-11 STORE

Notice Date
3/25/2008
 
Notice Type
Modification
 
Contracting Office
6701 College Dr, Suffolk, VA 23435
 
ZIP Code
23435
 
Solicitation Number
SS05
 
Response Due
3/31/2008
 
Archive Date
9/27/2008
 
Point of Contact
Name: Bryan Hardgrove, Title: storekeeper, Phone: 7579359081, Fax:
 
E-Mail Address
bryan.hardgrove@cvn70.navy.mil;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is SS05 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 324122 with a small business size standard of 750 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-03-31 10:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Suffolk, VA 23435 The USN NAVSEA SUPSHIP Newport News requires the following items, Meet or Exceed, to the following: LI 001, WIRE BASKETS, CODE CW1304, 3, EA; LI 002, 9" L SCAN WALL HOOK, CODE 9996-09, 300, EA; LI 003, BALL CAP DISPLAYER, CW1386, 3, EA; LI 004, 12" L HANG ROD BRACKET, CW1100-12, 4, EA; LI 005, HANG ROD BRACKET END, CW1100-BE, 4, EA; LI 006, 36" L HANG ROD, 5010-36, 2, EA; LI 007, HANG ROD END CAP, EC-2, 4, EA; LI 008, THE ABOVE ITEMS ARE AVAILABLE FROM: METAL DYNAMICS, LTD. 30 E. 10TH STREET NEW ALBANY, IN. 47150, 1, EA; LI 009, FOLD N HOLD LABEL HOLDER 1.25" H X 3.50" L, CODE 122 80167 02, 250, EA; LI 010, HANG TAB, CODE 730 78953 01, 5000, EA; LI 011, THE ABOVE ITEMS ARE AVAILABLE FROM:FFR, INC 28900 FOUNTAIN PARKWAY CLEVELAND, OHIO 44139 800-422-2547, 1, EA; LI 012, STORE FRONT SHOWCASE, REMOVAL ONLY, 1, EA; LI 013, BULKHEAD/DOOR 35' L X 84" H W/DOOR, 1, EA; LI 014, BULKHEAD 9'6" L X 84" H, 1, EA; LI 015, DOOR/FRAME, STORE, 1, EA; LI 016, CASH COUNTER, SHELVED 48" L X 22" D X 39" H, 1, EA; LI 017, CASH REGISTER STAND, 24" L X 22" D X 39" H, 1, EA; LI 018, COUNTER CORNER FILLER 18" L X 22"D X 39" H, 1, EA; LI 019, SWING GATE/LIFT COUNTER 48" L X 22" D, 1, EA; LI 020, SHELVING UNITS, 1, EA; LI 021, DECK COVERING 285 SQ.FT., 1, EA; LI 022, LIGHT FIXTURES, 1, EA; LI 023, VENDOR FIXTURES, 4, EA; LI 024, ELECTRICAL OUTLETS, 4, EA; LI 025, PAINT, 1, EA; LI 026, CORNER FILLERS, 1, EA; LI 027, SECURITY MIRROR, 1, EA; LI 028, LABOR AND INSTALLATION, 1, EA; LI 029, 2.0 SCOPE OF WORK A plan for the complete renovation of the USS Carl Vinson 02-Level ship?s store was requested. The proposal is to sub-divide the present space into two separate spaces. One partition (aft portion) is to be utilized as a ship?s store. The other section (forward portion) is to be further sub-divided for the establishment of a vending area and ships store storeroom. The Contractor is to furnish all labor and materials to remove any identified items existing within the store; including non-structural bulkhead, and manufacture and/or procure and install the following materials, where indicated on the attached drawing. 2.1 STORE FRONT SHOWCASE. Remove existing storefront showcase and bulkhead from entrance door to frame 190. 2.2 DOORS/FRAMES/BULKHEADS. 2.2.1 Provide and install new false bulkhead approximately 35?L x 84?H with new curtain plate and deck combing, to partition the space into separate (fore & aft) sections. Bulkhead to run from deck to overhead (See attached drawing for location). Bulkhead shall be installed in a manner, which will not impede damage control efforts. Bulkhead shall be deflection type and shall be installed in accordance with NAVSEA DWG. HTD. 804-5000991. Bulkhead to have a metal door installed at the approximate location as shown on attached drawing. Door to be hinged on right side and open into the new storeroom area. 2.2.2 Provide and install new false bulkhead approximately 9? 6?L x 84?H with new curtain plate and deck combing, to sub-divide the forward portion of the space into separate sections. Bulkhead to run from deck to overhead (See attached drawing for location). Bulkhead shall be installed in a manner, which will not impede damage control efforts. Bulkhead shall be deflection type and shall be installed in accordance with NAVSEA DWG. HTD. 804-5000991., 1, EA; LI 030, 2.2.3 Scope of Work Remove existing entrance doors. Provide and install one (1) new polycarbonate door with aluminum frame. Door to be approximately 2?-6?W x 6?-4?H with a 2?W frame. Door shall be hinged on the right side (forward) and open in. Provide door with a center push bar. Door shall be configured and installed inside the bulkhead opening. Door shall be similar to type furnished by Walker LaBerge Company, Norfolk, VA or equal Utilize Huck Magna Grip Fastening System with ?Button-Head and MGC collars. Door frame fasteners shall not allow surreptitious entry, (i.e. tack-welded or some other equivalent tamper-proof method). Equip with door closure and keyed deadbolt lock. Install a case hardened steel hasp and a Group 3 lock, as determined in the P487. Lock similar to Model #825 from American Lock, Chicago, IL. NOTE: Contractor to measure openings and interferences to ensure proper installation. 2.3 COUNTER-TOP SHOWCASE. Remove existing counter-top showcases. Provide and install one (1) new cash counter with recessed slat wall shelving, where indicated on attached drawing. Cash counter shall be approximately 48?L x 22?D x 39?H. Fabricate cash counter of anodized aluminum framework and covered with high-pressure plastic laminate (HPPL). Provide cash counter with three (3) forward-facing shelves (one (1) bottom fixed shelf and two (2) adjustable shelves). Contractor shall ensure that counter top provides adequate support. Provide a 3-inch high sub-base (black in color). NOTE: Contractor shall ensure sufficient electrical cable runs to the nearest junction box and shall provide sufficient 120V outlets for cash register and demonstration of electronic appliances., 1, EA; LI 031, 2.4 Scope of Work CASH REGISTER STAND. Remove existing cash register stand. Fabricate and install two (2) new cash register stands, approximately 24?W x 22?D x 39?H. Fabricate units of aluminum frame construction, and covered with high-pressure plastic laminate (HPPL). Install where indicated on attached drawing. Provide cash register stand with a six-inch well, to house register. The register is to be provided by the ship. Register is to be mounted to the stand. Provide the stand with a lockable drawer, one adjustable shelf below and, with a radius metal slat wall face. Color of the laminate to be determined by the ship?s representative. See attached drawing. 2.5 COUNTER CORNER FILLERS Fabricate and install corner filler counter pieces. Fabricate unit pie-shaped, approximately 18?L x 24?D x 39?H. Construct the unit of aluminum frame construction, cover with high-pressure plastic laminate (HPPL). Laminate to match other pieces. Install where indicated on attached drawing. Corner filler piece shall have a continuous level surface with counter top surfaces. 2.6 SWING GATE/LIFT COUNTER. Fabricate and install a combination double-action swing gate and lift counter approximately 48?L x 22?D, to enclose check out service area. The intent is to provide a limited access to interior workspace and, to furnish a wrap counter top for additional working area. Construct unit of aluminum frame construction; cover with (HPPL). Provide with channels on both ends for support. Swing gate and lift counter shall have a continuous hinge and be equipped with a positive latching mechanism. Swing gate and lift counter shall open from abutting new counter corner counter. Lift counter shall have continuous level surface with counter top surfaces. Swing gate shall swing flush and, be able to be secured. Install where indicated on attached drawing., 1, EA; LI 032, 2.7 Scope of Work SHELVING UNITS. Remove existing shelving units as identified by ship?s force representative. Retain Light Well overhangs for reuse with replacement shelving. Install continuous slat wall shelving units as indicated on enclosed drawing. Slat wall shelving units provided by ship?s force. The commercial slat wall shelving system and/or gondolas shall conform to the general requirements of NAVSEA DWG 804-5184181 and General Specifications for Ships of the U.S. Navy section 654. Provide Metal Dynamics, Ltd. or, equal. Metal Dynamics, Ltd. 30 East Tenth St. New Albany, IN 47150 (812) 949-7998. Install shelving where indicated on the attached drawing: A. Install fourteen (14) 36?W x 84?H metal flush wall units. B. Color of units. The color of the units shall be the Metal Dynamics standard ?Sea Pearl.? C. Pay particular note to the requirement for continuous slat wall shelving. 2 Notwithstanding other provisions and sketches in the solicitation, all dimensions cited in this specification are approximate. Contractor is responsible for providing shelving sized to suit and, for executing work in a manner that conforms to the layout and the intent of the project as described in the solicitation. Contractor shall submit make, model, name of manufacturer and, technical data including paint specification with quote or offer if bidding other than Metal Dynamics, Ltd. The requiring activity shall perform a technical evaluation on submittals of slat wall shelving units, shelves and gondolas for brands other than Metal Dynamics, Ltd. NOTE: Contractor shall order shelving within five (5) days of contract award. Contractor shall maintain proof that shelving order was placed within time specified, as acknowledged by subcontractor receipt of order. NOTE: Merchandising accessories are to be ordered separately by ship 2.8 DECK COVERING (MONOLITHIC SEAMLESS DECKING). Remove existing deck covering material. Provide and install approximately 114 square feet of new monolithic seamless deck covering (PRC). Metal decks beneath the underlay shall be primed as specified in GEN SPEC section 631. Install new Cosmetic Polymeric (Monolithic Seamless) deck covering throughout. Deck covering is to be in accordance with MIL SPEC Mil-D-24613, Type II, Class 2. Install to a thickness not to exceed ? -inch. Install in accordance with manufacturers? instructions. Apply sealer coat to complete the installation. See Qualified Products List (QPL 24613) for a listing of approved manufacturers or suppliers. Ship?s representative shall determine color/patterns. , 1, EA; LI 033, 2.9 LIGHTING FIXTURES. Re-install light well overhangs to slat wall shelving units. Provide replacement lenses as necessary. The lighting fixtures are to be installed in accordance with Lighting On Naval Ships Publication DOD HDBK-289 (SH) dated 26 November 1986, (this supercedes NAVSEA 0964-LP-000-2000) and GEN SPEC section 332. Light fixtures shall meet MIL SPEC MIL-F-16377/57. Lighting fixtures to be supported by rod to the overhead, in at least two opposing corners. Lighting can be commercially procured if UL approved and fabricated of fire retardant materials in accordance with MIL STD-1623 and if rigid, secure installation to shipboard configuration can be effected. Install Duplex light switch close to entrance door to control lights. All wiring from the lights, switches, and lanterns to be run to the nearest connection box, for termination by ship?s force. Relocate Battle Lanterns to point in direction of the exit and cash register, as necessary. 2.10 VENDOR FIXTURES. Install support to four (4) existing vendor fixtures to secure the units to bulkhead or overhead at the top. Ensure units are securely mounted to the deck. Vendor fixtures are to be provided by the ship. Units to be on a stand-up sub-base, 6 inches off the deck and four inches from the bulkhead, and welded to the deck. Provide steel frames for the machines to prevent tipping and moving, as needed. Angle to be mild steel, MIL SPEC MIL-S-22698. , 1, EA; LI 034, 2.11 ELECTRICAL OUTLETS. Provide and install new 110V electric outlets to accommodate vendor machines, as needed. 2.12 PAINT. Prepare surfaces and paint all exposed metal (visible areas of bulkheads, frames, etc.) not covered by new installations. Any necessary stenciling shall be accomplished by ship?s force. 2.13 CORNER FILLERS. Provide and install corner filler plates where there is no display shelving. It is desired to have display shelving and corner fillers, as needed, to make for smooth continuous runs. 2.14 SECURITY MIRRORS. Provide and install one (1) new 18? diameter security mirror. Install where indicated by ship?s representative. Items shall be secured to the bulkhead in accordance 3 with GEN SPEC 640 and NAVSHIPS DWG. S3306-921770; Sub-Bases and Clips, Shipboard Furniture. , 1, EA; LI 035, 2.15 COLOR/PATTERNS. The ship?s representative shall determine all colors and patterns, after award of contract. NOTE: The number 2.0 (2.1 for example) corresponds to where each item can be located on the attached drawing. NOTE: BATTLE LANTERNS SHALL BE ANGLED TO SHINE ON CASH REGISTER AND EXIT DOOR. NOTE: The Contractor shall ensure that all materials procured for installation shall comply with applicable specifications of material approved for shipboard use. Contractor shall provide a Certificate of Conformity from the manufacturer, if and when requested by the Contracting Officer. NOTE: ANY NUCLEAR CLASS SHIP SHALL HAVE RENOVATION SIGNED OFF BY THE REACTOR OFFICER, TO ENSURE THAT RENOVATION DOES NOT ADVERSELY AFFECT NUCLEAR BOUNDARY AREAS. SHIP?S REPRESENTATIVE SHALL PROVIDE WELDING APPROVAL LETTER. , 1, EA; For this solicitation, USN NAVSEA SUPSHIP Newport News intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USN NAVSEA SUPSHIP Newport News is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to %s (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 60 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 2.0 SCOPE OF WORK A plan for the complete renovation of the USS Carl Vinson 02-Level ship?s store was requested. The proposal is to sub-divide the present space into two separate spaces. One partition (aft portion) is to be utilized as a ship?s store. The other section (forward portion) is to be further sub-divided for the establishment of a vending area and ships store storeroom. The Contractor is to furnish all labor and materials to remove any identified items existing within the store; including non-structural bulkhead, and manufacture and/or procure and install the following materials, where indicated on the attached drawing. 2.1 STORE FRONT SHOWCASE. Remove existing storefront showcase and bulkhead from entrance door to frame 190. 2.2 DOORS/FRAMES/BULKHEADS. 2.2.1 Provide and install new false bulkhead approximately 35?L x 84?H with new curtain plate and deck combing, to partition the space into separate (fore & aft) sections. Bulkhead to run from deck to overhead (See attached drawing for location). Bulkhead shall be installed in a manner, which will not impede damage control efforts. Bulkhead shall be deflection type and shall be installed in accordance with NAVSEA DWG. HTD. 804-5000991. Bulkhead to have a metal door installed at the approximate location as shown on attached drawing. Door to be hinged on right side and open into the new storeroom area. 2.2.2 Provide and install new false bulkhead approximately 9? 6?L x 84?H with new curtain plate and deck combing, to sub-divide the forward portion of the space into separate sections. Bulkhead to run from deck to overhead (See attached drawing for location). Bulkhead shall be installed in a manner, which will not impede damage control efforts. Bulkhead shall be deflection type and shall be installed in accordance with NAVSEA DWG. HTD. 804-5000991. 2.2.3 Remove existing entrance doors. Provide and install one (1) new polycarbonate door with aluminum frame. Door to be approximately 2?-6?W x 6?-4?H with a 2?W frame. Door shall be hinged on the right side (forward) and open in. Provide door with a center push bar. Door shall be configured and installed inside the bulkhead opening. Door shall be similar to type furnished by Walker LaBerge Company, Norfolk, VA or equal Utilize Huck Magna Grip Fastening System with ?Button-Head and MGC collars. Door frame fasteners shall not allow surreptitious entry, (i.e. tack-welded or some other equivalent tamper-proof method). Equip with door closure and keyed deadbolt lock. Install a case hardened steel hasp and a Group 3 lock, as determined in the P487. Lock similar to Model #825 from American Lock, Chicago, IL. NOTE: Contractor to measure openings and interferences to ensure proper installation. 2.3 COUNTER-TOP SHOWCASE. Remove existing counter-top showcases. Provide and install one (1) new cash counter with recessed slat wall shelving, where indicated on attached drawing. Cash counter shall be approximately 48?L x 22?D x 39?H. Fabricate cash counter of anodized aluminum framework and covered with high-pressure plastic laminate (HPPL). Provide cash counter with three (3) forward-facing shelves (one (1) bottom fixed shelf and two (2) adjustable shelves). Contractor shall ensure that counter top provides adequate support. Provide a 3-inch high sub-base (black in color). NOTE: Contractor shall ensure sufficient electrical cable runs to the nearest junction box and shall provide sufficient 120V outlets for cash register and demonstration of electronic appliances. 2.4 CASH REGISTER STAND. Remove existing cash register stand. Fabricate and install two (2) new cash register stands, approximately 24?W x 22?D x 39?H. Fabricate units of aluminum frame construction, and covered with high-pressure plastic laminate (HPPL). Install where indicated on attached drawing. Provide cash register stand with a six-inch well, to house register. The register is to be provided by the ship. Register is to be mounted to the stand. Provide the stand with a lockable drawer, one adjustable shelf below and, with a radius metal slat wall face. Color of the laminate to be determined by the ship?s representative. See attached drawing. 2.5 COUNTER CORNER FILLERS Fabricate and install corner filler counter pieces. Fabricate unit pie-shaped, approximately 18?L x 24?D x 39?H. Construct the unit of aluminum frame construction, cover with high-pressure plastic laminate (HPPL). Laminate to match other pieces. Install where indicated on attached drawing. Corner filler piece shall have a continuous level surface with counter top surfaces. 2.6 SWING GATE/LIFT COUNTER. Fabricate and install a combination double-action swing gate and lift counter approximately 48?L x 22?D, to enclose check out service area. The intent is to provide a limited access to interior workspace and, to furnish a wrap counter top for additional working area. Construct unit of aluminum frame construction; cover with (HPPL). Provide with channels on both ends for support. Swing gate and lift counter shall have a continuous hinge and be equipped with a positive latching mechanism. Swing gate and lift counter shall open from abutting new counter corner counter. Lift counter shall have continuous level surface with counter top surfaces. Swing gate shall swing flush and, be able to be secured. Install where indicated on attached drawing. 2.7 SHELVING UNITS. Remove existing shelving units as identified by ship?s force representative. Retain Light Well overhangs for reuse with replacement shelving. Install continuous slat wall shelving units as indicated on enclosed drawing. Slat wall shelving units provided by ship?s force. The commercial slat wall shelving system and/or gondolas shall conform to the general requirements of NAVSEA DWG 804-5184181 and General Specifications for Ships of the U.S. Navy section 654. Provide Metal Dynamics, Ltd. or, equal. Metal Dynamics, Ltd. 30 East Tenth St. New Albany, IN 47150 (812) 949-7998. Install shelving where indicated on the attached drawing: A. Install fourteen (14) -- Please refer to FedBid for complete list of contract requirement(s) and terms and conditions.
 
Web Link
www.fedbid.com (b-63493_03, n-11262)
(http://www.fedbid.com)
 
Place of Performance
Address: Suffolk, VA 23435
Zip Code: 23435
Country: US
 
Record
SN01541208-W 20080327/080325225520 (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.