Mobile Access Stairs for Drydocked Vessel Access
1. GENERAL
1.1 Background
The U.S. Coast Guard seeks to procure one mobile (rolling) adjustable height access stair system, hereafter termed mobile access stairs. The stairs will provide vessel access and egress to blocked CG PBPL vessels during Drydock Availability periods. The mobile access stairs will be located at Industrial Production Facility (IPF) Galveston, Galveston, TX. Mobile access stairs are also termed safe access platforms, modular maintenance stands, mobile work platforms, rolling stairs, crew stairs, and maintenance stairs.
1.2 Scope
The manufacturer shall furnish and deliver one mobile (rolling) adjustable height access stair system. The required outcome for the equipment is so that the stairs abut perpendicular to the edge of a dry-docked vessel at the gunwale or stern. The mobile access stairs shall be delivered with all manufactured sub-components preassembled (platform deck, handrails, adjustable stair assembly, adjustable frame assemblies, jacking or lifting devices) to U.S. Coast Guard IPF Galveston. Detailed instructions for assembling the subcomponents into the mobile access platforms shall be included with the equipment. The receiving unit will be responsible for assembling the subcomponents into the finished mobile access stairs.
The mobile access stairs shall include the following:
1. Usage height of 15'6 (186 ) nominal and preferred adjustability of at least 9 higher and lower from nominal.
2. Railings to enclose the stairs and platform shall be included.
3. Safety (swing) gate or chain barrier(s) located at top of stairs on platform edge.
4. Adjustment mechanism to raise and lower the undercarriage frame (platform), of manual mechanical or hydraulic manual pump type with operation mechanism.
5. Stair railings with moveable components to allow rails to maintain parallel to stairs at all respective platform heights.
6. Rolling mechanisms, fixed and caster wheel type with swivel locking mechanism and brake for stairs system.
7. Associated bracing for sway reduction and maintenance of structural integrity as required by manufacturer's design.
8. Bumpers or durable foam padding on vessel facing side of platform.
9. Durable coatings on stair railings.
2. REQUIREMENTS
2.1 General
The mobile access stairs and components shall have a minimum warranty of three years on coatings and components.
2.2 Capacity
The mobile access stairs shall have a minimum working load rating of 500 lbs.
2.3 Dimension and Construction
The mobile access stairs shall have the following dimensions:
1. Assembled weight under 10,000lbs.
2. Access height requirements with a range of adjustability including between 180 and 195 capability.
3. Shall be of a spiral design to minimize overall footprint.
4. Railings. Railings mounted on sides of stairs shall conform to applicable OSHA standards. Safety (swing) gate or safety chain(s) shall conform to OSHA standards.
5. Material. Rails, stairs, undercarriage (equipment frame), and associated bracing and frame components shall be manufactured from durable material able to withstand continuous outdoor use and storage.
6. Hardware. Hardware for fastening components shall be of proper grade for application.
7. Surfaces. Walking-working surfaces shall be textured for slip resistance.
8. Surfaces. Walking-working surfaces shall be self-draining.
9. Rolling mechanisms. Rolling mechanisms, fixed and caster wheel type, shall be for outdoor use on improved surfaces.
10. Coatings. Coatings shall be of durable type for continuous outdoor use.
11. Height adjustment mechanism. Height adjustment mechanism will be manually operated mechanical or hydraulic, with capability to raise and lower the platform approximately 35 inches.
2.4 Spare Parts
Manufacturer shall have readily available all necessary parts and materials to compete maintenance or repair for a minimum of 10 years. Parts shall be delivered to the Industrial Manager at IPF Galveston when ordered.
2.5 Delivery Location
U.S. Coast Guard Base Galveston is located at 1 Ferry Road Galveston, TX 77550. Arrangements for delivery at IPF Galveston shall be made with the Base Galveston Industrial Manager LT Francisco Fano (409) 766-4834 or IPF General Foreman Vance Shaylor (409) 766-5683.
Delivery times at each facility shall be between the hours of 7:00 AM to 2:00 PM local time, Monday through Friday inclusive.
2.6 References
The mobile access stairs shall be designed and manufactured in accordance with the standards and specifications of the referenced technical organizations for the construction methods, materials, application, and environment, as applicable. These may include but not be limited to:
a. ISO Standards.
b. American National Standards Institute (ANSI).
c. All applicable OSHA standards.
2.7 Submittals and Approvals
a. Catalog cuts, general arrangement drawings and other information shall be submitted by the manufacturer as required herein and as necessary to secure approval of the equipment.
1. Proposal drawing with applicable design notes and dimensions of equipment.
2. Warranty.
c. Submittals shall be delivered to the Government Contracting Officer within fourteen (14) calendar days after the award of the contract.
3. ACCEPTANCE
a. The mobile access platform will be surveyed upon assembly by IPF Galveston Industrial Manager or General Foreman. The platform will be raised and lowered to ensure lifting mechanisms work as designed. If any part fails during this testing process, the defective equipment shall be replaced by the manufacturer at no additional cost to the Government.
b. Two original copies of the manufacturer's assembly instructions, parts list, and product literature shall be provided to the on-site Government Point of Contact at the delivery location.
c. One copy of the manufacturer's assembly instructions, parts list, and product literature shall be provided to USCG SFLC-IOD Operations and Business Branch, Safety and Occupational Health Specialist at 300 E Main Street Suite 900, Norfolk, VA 23510 Attention: Thomas Drennan (757) 628-4954.
4. PERIOD OF PERFORMANCE
The period of performance is one hundred and twenty (120) calendar days from date of contract award.
4.1 Contracting Officer's Representative
a. COR information will be provided at time of award.
NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item.
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 USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.
Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) and Cage Code..
Quotes must be received no later than Tuesday MARCH 18, 2025 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to TIM FORD at email address TIMOTHY.S.FORD@USCG.MIL and carbon copy STACY SPALDING at email address STACY.J.SPALDING@USCG.MIL .
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, SK1 TIM FORD at email address TIMOTHY.S.FORD@USCG.MIL and carbon copy CWO STACY SPALDING at email address STACY.J.SPALDING@USCG.MIL .
See Attached for FAR Clauses and Provisions apply to this acquisition:
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.