SOLICITATION NOTICE
56 -- Custom Steel Scaffolding
- Notice Date
- 8/2/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423810
— Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- F2QT048106AW01
- Archive Date
- 8/25/2018
- Point of Contact
- Joshua T. Lanoue, Phone: 7026525354
- E-Mail Address
-
joshua.lanoue.1@us.af.mil
(joshua.lanoue.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial item 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. 1. The solicitation number is F2QT048106AW01. This solicitation is issued as a Request for Quote (RFQ). 2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective 20 Jul 18. 3. This requirement is solicited 100% Small-Business set-aside, and the associated NAICS code is 441210. 4. Below is the contract line item number. CLIN 0001 - 1 LOT, Contractor shall provide a multi configurable scaffolding Converted into multiple sizes and shapes Easily assembled and disassembled by hand Versatile configurations with multiple applications Perform a 4 hour work platform training for up to 10 students conducted at client site. Training requires access to a classroom with audio / visual equipment, as well as a quiet, safe location to conduct practical training elements. THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the "or equal" designation. Delivery Date: 90 Days ADC Delivery/Ship to Location: Nellis AFB, NV 6. Place of delivery is Nellis AFB, Nevada, and inspection and acceptance is FOB destination. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Offer clearly meets the requirements of the Solicitation and the Requirements Description. Unacceptable Offer does not clearly meet the requirements of the Solicitation and the Requirements Description. FAR 52.211-6 - Brand name or equal- (a) If an item in this solicitation is identified as "brand name or equal" the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: GSA Contract Number, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov.com to register. FAR 52.212-2 - Evaluation - Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clause cited is applicable to this acquisition: FAR 52.232-33 The following additional provisions or clauses are specific to this particular requirement: FAR 52.211-6 - Brand Name or Equal FAR 52.211-16 - Variation in Quantity FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.237-1 - Site Visit FAR 52.247-34 - FOB Destination DFARS 211-7003 - Item Identification and Valuation AFFARS 5352.242-9000 - Contractor Access to Air Force Installations (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Not Applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101, Ombudsman (Nov 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Lateef M. Hynson, USAF Deputy Director of Contracting, OL-ACC Air Force Installation Contracting Agency Joint Base Langley-Eustis VA COMM: (757) 764-5372 DSN: 574-5372 lateef.hynson@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000, CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names, dates of birth, social security numbers, citizenship, and driver's license / state identification, of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license (additional supporting documentation is required when driver's licenses from Utah, New Mexico, or Washington is provided such as Passport, original Birth Certificate with raised seal, or original Social Security Card), current vehicle registration, valid vehicle insurance certificate, and for non-US citizens, documentation demonstrating legitimate ability/status to be in the United States to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall be briefed on the requirements of AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. Compliance with the requirement of these AFIs is mandatory for access. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 11. Offers are due on 10 August 2018, at 12:00pm PST. Offers submitted electronically via email will only be considered for this requirement. Submit offers to Joshua Lanoue at joshua.lanoue.1@us.af.mil Statement of Work Requirements: Contractor shall provide a multi configurable scaffolding Converted into multiple sizes and shapes Easily assembled and disassembled by hand Versatile configurations with multiple applications Perform a 4 hour work platform training for up to 10 students conducted at client site. Training requires access to a classroom with audio / visual equipment, as well as a quiet, safe location to conduct practical training elements. Request the The LOBO system or equal as it is the only advanced platform system available. The following reasons are listed below: The Lobo system can do the following that Frame based systems and traditional builder's trestles are not able. The Lobo system can be fitted with handrails at any height and can be made secure. The Loboard or deck board can be locked down in place. Lower cost frame based systems do not have stabilizers and can therefore fall over. The LOBO System can be fitted with Outriggers to stabilise the system and Wall Mounts can be used to anchor the system to a wall. Some frame-based systems use smaller size tubing. The LOBO System uses standard scaffolding size tubing that allows integration with other systems. For example, most aluminium tower boards will fit the LOBO System. Toe Boards cannot normally be fitted to these systems. Toe Boards can be fitted anywhere to the LOBO System. Benefits of the LOBO System compared to tube and clamp scaffolding include: You do not need to be a scaffolder to use the LOBO System. Provided you have undergone an approved LOBO work platform training course and meet the expected level of competency, virtually anyone can assemble a LOBO System. The LOBO System is lightweight yet remarkably strong as it is made from steel, and fits into awkward and restricted areas. Cosmetically, the LOBO System's good looks allow it to be used where rusty and cumbersome scaffolding tubes and deck boards may be unhygienic or cause offence visually. The LOBO System has a no tools assembly feature. Spanners, hammers and wrenches are not required and it is therefore quick and simple to construct. The LOBO System flat packs away conveniently for transportation purposes and can therefore be moved around a building or in a lift/elevator or vehicle with ease. Benefits of the LOBO System compared to Aluminium Tower Systems include Aluminium Towers have fixed dimensions and can only be height adjusted. The LOBO System can be adjusted in width, length and height, by simply adding more components or using different size Loboards. Aluminium Tower Systems are fixed frames that cannot be packed away for transportation as easily as LOBO Systems' components. Aluminium welds can crack with fatigue due to constant use. LOBO Systems' components are steel welded and very strong. Aluminium Tower Systems are often difficult to construct rigidly. The LOBO System has telescopic Sway Braces which can be fitted anywhere to ensure no movement. Aluminium Tower Systems cannot easily be used to span obstacles, for example, machines, aircraft, vehicles or office furniture. The LOBO System is based on Trestle Legs, which can be placed each side and a Loboard fitted across the top to span the obstacle. Below is a item list. Dimensions: 4'x 6'x 15' QTY Description lbs. 4 #3 Trestle leg, adjustable from 55" to 82" 84 3 6' Loboard, wood laminate, 2' wide 93 12 Leg extension, adjustable from 48" to 60" 129.5 4 Outriggers 52 6 Sway brace, adjustable from 6.5' to 11.5' 93 58 Loband coupler, round 58 1 Ladder, extension, aluminum, 15' 26.5 4 Ladder clamp 4 1 Toe Board, hinged, 2' x 6' 15.5 6 Tube, anodize steel, 3" 0.6 20 Tube, anodize steel, 4' 7" 160 14 Tube, anodize steel, 6' 6" 140 Total Kit Weight in Lbs. 856.1 QTY Description lbs. 1 Wheel kit for 4518 Tower Kit 57 1 Storage cage, lockable, 7'6"x 3'7"x3'7" 608 2 Sway brace, adjustable from 3'4" to 5' 20 10 Tube, anodize steel, 2'8" 45 8 Wheels for Towerstore 64 1 Lifting slider frame, 250 kgs or 500 kgs capacity, 6' 29 1 Gate, self closing 20 1 HopUp2 podium platform, 10" to 4'-3" 100
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F2QT048106AW01/listing.html)
- Place of Performance
- Address: Nellis AFB, Las Vegas, Nevada, United States
- Record
- SN05017146-W 20180804/180802231003-b19cb7c9237fd7fae7d9b203dcb0c0bf (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 |