Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

J -- Shipboard Habitability

Notice Date
7/18/2008
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Mayport Detachment, N68836 FISC JACKSONVILLE, MAYPORT DET Bldg. 191, Naval Station Mayport Fleet Contracting Center Mayport, FL
 
ZIP Code
00000
 
Solicitation Number
N6883608T0222
 
Response Due
8/1/2008
 
Archive Date
8/16/2008
 
Point of Contact
Carolyn Wilson 904-270-5699 x147 Mary Hart, 904-270-5699 x150
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number N68836-08-T-0222 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the lastest edition of the Federal Acquisition Circular. This solicitation is issued on an Total Small Business Set-A-Side basis (see Numbered Note 1), NAICS Code 336611; Habitability work required on board the USS Samuel B Roberts FFG-58, Naval Station Mayport Florida 32228; work and must be in accordance with specifications as set forth in the NAVSEA habitability materials list, revision K, dated May of 1996; to schedule and an onsite you must contact SKC Caster, 904-270-6222 or 904-270-5987: 1. WardroomA. Manufacture and install Bookcase1. Manufacture and install 1 each 15.5" x 76" x 14" bulkhead mounted bookcase with hinged doors. Bookcase will be laminated to match existing laminate in the wardroom lounge. B. Laminate Wardroom Passageway Bulkheads1.1.a. Single Color HPPL (High Pressure Plastic Laminate)1. Provide labor to remove existing wall hangings and coverings.2. Prep bulkhead.3. Provide material and labor to install 77 linear feet of full bulkhead height HPPL in the wardroom stateroom area p-way. (Measurements must be confirmed prior to starting work and negotiating quote)4. Manufacture and install 77 linear feet of brass plated aluminum bull nosed chair rail. (Measurements must be confirmed prior to starting work and negotiating quote) C. Entry Doors1. Provide labor to remove 10 each entry doors to contractors facility.2. Remove existing surfaces of both sides.3. Provide material and labor to:a. Install HPPL to both sides of 1 passageway door.b. Install HPPL to exterior side of 9 each Stateroom doorsc. Reinstall onboard ship. D. Officer Staterooms (7) FALSE OVERHEAD1. Provide and install applicable skirting and boxing.2. Remove existing light fixtures and ventilation diffusers.a. Ships force responsible for electrical disconnections.3. Provide and install new grid system Chicago Metallic #830, type F. Including applicable wall angle, mains, in each stateroom4. Provide and install 2 to 4 each MIL-F-16377/57A lighting in new grid system. (confirm appropriate amount prior to negotiating quote)a. Ships force responsible for electrical connections.5. Clean damper diffusers and paint white to match overhead.6. Provide and install new 2' x 2' polyvinyl chloride aluminum backed ceiling panels.7. Reinstall ventilation dampers and diffusers.8. Provide and install access panel as needed. E. Officer Stateroom Mirrors1. Provide and install standard shipboard approved full length mirrors on interior of each stateroom door.F. Carpet1. Replace approximately 15 square yards of carpet in each stateroom. (Measurements must be confirmed prior to starting work and negotiating quote)2. Repair damages to underlayment. G. Lockers1. Provide labor to remove and replace all broken lockers. (Serviceability will be determined prior to starting work and negotiating quote)2. Install Book storage above lockers with voided space. 2. X. O.s StateroomA. Locker1. Provide labor to remove, relocate and install 1 each locker located mid space.B. Bulkhead1. Remove existing wall covering.2. Prep bulkheads by filling holes and sanding.3. Repair bulkhead disturbed by locker removal.4. Provide material and labor to install new Type II wall covering.5. Trim paint surfaces not able to accept wall cover.C. Overhead Approximately 104 square feet.1. Remove existing ceiling panels and grid system, retain light fixtures, boxing, skirting, hangars, ventilation and diffusers.2. Clean light fixtures and paint edges that are seen.3. Clean damper diffusers and paint white to match overhead4. Sand paint existing skirting and boxing5. Provide and install new grid system Chicago Metallic #830, type F, to include applicable wall angle, mains, 48" Ts and 24" Ts.6. Reinstall lighting in new grid system.7. Provide and install new polyvinyl chloride aluminum backed ceiling panels.8. Reinstall ventilation dampers and diffusers.9. Provide and install access panel as needed.D. Carpet1. Remove approximately 104 square feet of existing deck surface.2. Prep IAW GEN SPEC Section 631.3. Provide and install 20 square yards of new carpet conforming to FED. SPEC. DDD-C-95, Type II, Class 2.4. Color to be selected by ships representative.E. Bookcase1. Manufacture and install 1 each bulkhead mounted bookcase with suspended routing boxes. The following clauses and provisions apply: 52.212-1 Instructions to Offerors-Commercial Items;52.212-3 Offeror Representations and Certifications-Commercial Items; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and citing: 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52,232-33; 252.204-7004 Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisition of Commercial Items, and citing: 252.225-7001 and 252.232-7003; Offers are due by close of business 01 Aug 2008 and may be emailed to Carolyn.wilson1@navy.mil or faxed to 904/270-6498. Point of Contact is Carolyn Wilson, Ph 904/270-5699 x147
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=daa044d9d8a872f5b7a4249cf496f28e&tab=core&_cview=1)
 
Record
SN01618185-W 20080720/080718222209-f65622db018cbe9a90593c94423818ab (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.