Search Contract Opportunities

Adjustable Height Work Platform w/Attached Stairs

ID: 52000QR250001447 • Type: Synopsis Solicitation

Description

This is a combined synopsis/solicitation Nr52000PR250001447 for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 532289-36. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.

THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING:

A. REQUIREMENT:

1. The contractor shall provide the following:

Please review Statement of Work (SOW)

2. DELIVERY LOCATION:

100 MacArthur Cswy, Miami Beach, FL 33139

3.DELIVERY DATE:

1 May 2025

B. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda:

Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.

1. Please provide any warranty information.
2. Vendors MUST be registered in www.sam.gov

The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered.

Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code.

Quotes must be received no later than 30 Jan 2025, 09:00 AM Eastern Standard Time. Email quotes are acceptable and should be sent Mrs. Sandy Reed-Robinson at email address Sandy.m.reed-robinson@uscg.mil.

Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Damon Jones via email Damon.D.Jones@uscg.mil and telephone (571) 607-9385; and Mrs. Sandy Reed-Robinson via email: Sandy.m.reed-robinson@uscg.mil.

PROVISIONS / CLAUSES:

The following FAR Clauses and Provisions apply to this acquisition and are incorporated by reference:

FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)

FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.

FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .

FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.

FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)

FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).

Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.

The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.

FAR 52.222-3 - Convict Labor (Jun 2003)
FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2018)
FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26 - Equal Opportunity (Sep 2016)
FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)
FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019)
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-1 - Buy American Supplies (May 2014)
FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)
FAR 52.233-3 - Protest After Award (Aug 1996)
FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)

*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.

NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:

This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.

Background
The U.S. Coast Guard Surface Force Logistics Center is seeking to procure four mobile adjustable height work platforms with attached stairs to facilitate access to drydocked vessels during maintenance periods.

This procurement aims to enhance safety and efficiency for personnel accessing blocked vessels at the Industrial Production Facilities in Boston, MA, and Miami Beach, FL.

Work Details
The contractor shall provide four mobile (rolling) adjustable height work platforms with attached stairs. The platforms must be designed for safe access and egress to drydocked vessels and include the following features:
1. Platform with adjustable sliding decks on the vessel-facing side.
2. Removable railings with adjustable components.
3. Safety swing gate at the top of stairs.
4. Adjustable height undercarriage frame operated by a manual screw jack mechanism.
5. Freestanding adjustable stairs that can attach to the platform without tools.
6. Stair railings that maintain parallel alignment with stairs at all heights.
7. Caster wheel type rolling mechanisms with locking brakes for stability.
8. Bumpers or durable foam padding on the vessel-facing side of the platform.
9. Durable coatings on railings in yellow color.
10. The platforms must have a minimum working load rating of 1000 lbs and be manufactured from aluminum, conforming to applicable OSHA standards.

Period of Performance
The contract performance period is expected to conclude by May 1, 2025, when the delivery of the platforms is required.

Place of Performance
The delivery locations are U.S. Coast Guard Base Miami Beach, located at 100 MacArthur Cswy, Miami Beach, FL 33139, and U.S. Coast Guard Base Boston, located at 427 Commercial Street, Boston, MA 02109.

Overview

Response Deadline
Jan. 30, 2025, 9:00 a.m. EST Past Due
Posted
Jan. 24, 2025, 5:03 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Miami, FL 33132 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
The solicitation is open for 5 days, below average for the Surface Forces Logistics Center. 93% of obligations for similar contracts within the Coast Guard were awarded full & open.
On 1/24/25 Surface Forces Logistics Center issued Synopsis Solicitation 52000QR250001447 for Adjustable Height Work Platform w/Attached Stairs due 1/30/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 333921 (SBA Size Standard 1000 Employees) and PSC J020.
Primary Contact
Name
Sandy Reed-Robinson   Profile
Phone
None

Secondary Contact

Name
Damon Jones   Profile
Phone
(571) 607-9385

Documents

Posted documents for Synopsis Solicitation 52000QR250001447

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 52000QR250001447

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 52000QR250001447

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 52000QR250001447

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 1(00080)
FPDS Organization Code
7008-70Z080
Source Organization Code
100181484
Last Updated
Feb. 15, 2025
Last Updated By
damon.d.jones@uscg.mil
Archive Date
Feb. 14, 2025