SOLICITATION NOTICE
E -- ADJUSTABLE MAST CLIMBING WORK PLATFORMS
- Notice Date
- 10/7/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK11356747Q
- Response Due
- 10/29/2010
- Archive Date
- 10/7/2011
- Point of Contact
- Tyrone J Frey, Contract Specialist, Phone 321-867-9162, Fax 321-867-2042, Email tyrone.j.frey@nasa.gov - Terrance W. Crowley, Contract Specialist, Phone 321-867-7696, Fax 321-867-1141, Email Terrance.Crowley-1@ksc.nasa.gov
- E-Mail Address
-
Tyrone J Frey
(tyrone.j.frey@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.This notice is being issued as a Request for Quotations (RFQ) for a Mast Climbing WorkPlatform. Variable elevation platform concepts are being considered for future rocketassembly applications at Kennedy Space Center (KSC). Variable elevation platforms arecommon in industry but have had limited application at KSC. Prior to making a commitmentto the variable elevation concept, a proof of this proposed concept using a Commercialoff the Shelf (COTS) adjustable platform system is being pursued. Once the platform hasbeen installed and is functional, the platform configuration will be used by NASAcontractor personnel to demonstrate and evaluate the functionality of the mast climber. Additionally, NASA contractors will prototype planned facility/platform interfaces anddemonstrate functionality concepts.The provisions and clauses in the RFQ are those in effect through FAC _2005_-043__.All responsible sources may submit an offer which shall be considered by the agency.Delivery and installation at the Kennedy Space Center Launch Equipment Test Facility isrequired within 30 days ARO. Delivery shall be FOB Destination. Offers for the items(s) described above are due by 3:00 P.M. local time on 10/29/10. toKSC-OP-ES and must include, solicitation number, FOB destination to this Center, proposeddelivery schedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Offerors are encouraged to use theStandard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUNE 2008), Instructionsto Offerors-Commercial Items, which is incorporated by reference. Addenda to FAR52.212-1 are as follows: The government intends to make award to the acceptable offeror with the lowest evaluatedcost or price, which is deemed responsible in accordance with the Federal AcquisitionRegulation, and whose proposal conforms to the solicitation requirements. Technicaltradeoffs will not be made and no additional credit will be given for exceedingacceptability. The Government intends to award one contract as a result of thissolicitation.ADDENDUM TO 52.212-1 INSTRUCTIONS TO VENDORSThe following paragraphs are hereby amended:Para (a) Does not apply to this RFQ.Para (b) Replace subparagraph (4) with the following:(4) Technical Factor. The vendor must explain how you will comply with the requirementsin the request for quote by submitting a written quote which describes: Salient Characteristics:1. A portable, 4-wheeled, dual mast climber/adjustable platform configuration shall beprovided (Klimer model KPM-8 or equivalent). The mast system does not have to be new butmust be in like-new/refurbished condition. 2. The portable 4-wheeled adjustable platform must be capable of being towed by tonpickup truck, forklift, or small tug with a ball hitch or pindle hitch.3. The system must be constructed of carbon steel structural members and hot dippedgalvanized after assembly, or stainless steel, or aluminum.4. The contractor must be a vendor/manufacturer/distributor regularly engaged in themanufacture of manlift/adjustable platform systems. The manufacturer of the system shalleither install the system or shall provide a letter of endorsement certifying that thesystem installer is acceptable to the manufacturer.5. Mast climber shall conform to OSHA standards and ANSI/SIA A92.9. 6. The platform shall have an electrical powered means to provide for verticaladjustability up to a minimum of 60 feet in mast height. The climber must have variablespeed controls from 0 30 feet per minute to allow for finite vertical adjustment, andan automatic leveling system. The platform shall be capable of vertical movement as lowas one foot per minute.7. The mast climber shall have an emergency descent/fail safe (positive stop) mechanismin case of loss of power. 8. Mast climber shall have a visible and audible alarm while in motion vertically. 9. Mast climber shall have an overload sensing device that will shut off the motors tothe mast climbers, if maximum load is exceeded. 10. Mast climber shall have safety controls for the upper and lower limit of verticaltravel. 11. Mast climber shall have hard stops at the top and bottom of travel; in case of limitswitch failure. 12. Mast climber shall have safety fencing around the mast. 13. All safety fencing shall comply with 29 CFR 1910.23 (e). 14. Any removable decking shall be level with secondary decking and main platformdecking.15. Self supporting portable wheeled mast climber systems are acceptable providing theofferor can submit the means and methods typically used to install the platform system aspart of their offer. The contractor shall submit, after award, the support load reactionto the base and the government will ensure the foundation is adequate to support theloads imposed by the platform.16. The contractor shall provide documented allowable loading definition and limitations,for the assembled configuration provided as part of their offer. The contractor is toprovide the limitations for concentrated loads as well as point loads allowable.17. Power available on site for the mast climber is 480 volt 3 phase, or 110 volt singlephase. Other facility commodities may be available such as compressed air if required.18. The platform shall be a minimum of 35 feet long by 14 feet wide with permanentlyfixed/removable guard rails on all open sides. Note: if the supplier can provide a lengthand/or width of greater than these minimum dimensions, provide what the maximum lengthsand/or widths are and the load capacity for the maximum widths. 19. The platform shall have a capacity of 20,000 lbs or greater for personnel, materials,and/or equipment. If the supplier can provide an operating capacity of greater than20,000 lbs, that should be noted. 20. The contractor shall provide for and execute all shipping, receipt and handling ofmaterials required to provide a complete and erected platform system ready for use.21. The contractor shall provide all labor, equipment, materials required to proof loadand test the system.22. The contractor shall provide training services for a minimum of 2 NASA or NASAcontractor personnel. The training shall be sufficient to allow for independent operationand maintenance of the platform system and further enable them to train additional sitepersonnel to operate the platform system.23. The contractor shall provide a complete operations and maintenance manual for thesystem.24. The contractor shall provide a warranty of the platform system that is consideredcommercially acceptable in the industry.25. After contract award, the contractor shall provide load charts including maximum loadcapacity and attach the charts at the operations station; provide engineering dataincluding deflection analysis, stress analysis of platform and mast and loads at the masttie off points under worst load condition/combination; identify any structural supporttie-ins required, and design, provide, install, and coordinate the locations andattachment to NASA facilities, with the NASA contracting officer.Design, labor and materials to provide the electrical power and/or other commodities tothe mast climber is not part of the scope and will be performed by NASA. Failure to receive an acceptable rating of any of the listed technical factors willresult in an unacceptable technical rating unless the error(s), deficiency (ies) oromission (s) can be corrected.All CLINs shall be priced. If you fail to price all CLINs, your quote will not beconsidered for award. Para (c) Change 30 to 60.Para (d) Does not apply to this request for quote (RFQ).Para (i) Does not apply to this RFQ.Add the following:Para (m) Quotes shall describe how your system contains the 25 listed criteria.Para (n) ELECTRONIC OFFERS. Vendors may submit electronic quotes in response to this RFQ.The quote must arrive by the time specified in the RFQ to the following email address:tyrone.j.frey@nasa.govVendors may call Tyrone Frey 321-867-9162 to verify receipt of the quote. If the vendorchooses to email the quote, the Government will not be responsible for any failure oftransmission or receipt of the quote, or any failure of the vendor to verify receipt ofthe emailed quote.Para (o) QUESTIONS. Prospective vendors are strongly encouraged to submit any questionsregarding this RFQ by 10/22/10,submitting by e-mail to tyrone.j.frey@nasa.gov or Fax 321-867-1166. All questions received will be answered officially through an amendmentfor distribution to all prospective vendors.If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin.FAR 52.212-4 (MAR 2009), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: FAR 52.246-15, FAR 52.247-34, NFS 1852.215-84,NFS 1852.225-70, NFS 1852.237-72, NFS 1852.237-73FAR 52.212-5 (JUL 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: FAR52.222-3,52.222-19,52.222-21,52.222-26,52.222-36,52.225-1,52.225-13,52.232-33.The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Other Contract Terms & Conditions:KSC 52.242-90 CONTROLS APPLICABLE TO CONTRACTOR'S ACTIVITIES (AUG 2009) The publications below, and subsequent revisions thereof, are incorporated herein byreference. These publications prescribe regulatory and procedural criteria which areapplicable to this contract. The contractor shall promptly take corrective action uponnotice of noncompliance from the Contracting Officer or his/her authorizedrepresentative(s) with any provision of the publications listed below. Any questionsregarding this clause or applicability of compliance documents should be directed to theContracting Officer. The following compliance documents may be found at:http://tdglobal.ksc.nasa.gov/ReferencedDocuments/45SWI40-201 45th Space Wing Instruction 40-201 Radiation Protection Program (In addition to KNPD1860.1, applicable to contracts for services performed at CCAFS) QA-UG-0001KSC Employee Safety & Health Pocket Guide (See Note 1) KNPR 8715.2Comprehensive Emergency Management Plan KNPD 1440.1KSC Records Management and Vital Records Programs KNPR 1600.1KSC Security Procedural Requirements KNPD 1600.3Use of Alcoholic Beverages on Kennedy Space Center (KSC) Property KNPD 1800.2KSC Hazard Communication Program - In addition, Contractor shall submitthe material safety data sheets in hard copy to the MESC or successor contractor forNASA/KSC Materials Safety Data Sheet Archive. KNPD 1810.1KSC Occupational Medicine Program KNPR 1820.3KSC Hearing Loss Prevention Program KNPR 1820.4KSC Respiratory Protection Program KNPR 1840.19KSC Industrial Hygiene Programs KNPR 1860.1KSC Ionizing Radiation Protection Program KNPR 1860.2KSC Nonionizing Radiation Protection Program KNPR 1870.1KSC Sanitation Program KNPR 2570.1KSC Radio Frequency Spectrum Management Procedural Requirements During periods of special testing on Kennedy Space Center and at the Cape Canaveral AirForce Station, the Contractor may be required to cease radiating on any radio equipmentthat may be utilized at the time. Any construction equipment utilized by the Contractor which may be causing radiofrequency interference will be required to shut down until the interference is mitigated.KNPR 4000.1Supply and Equipment System Manual KNPR 6000.1Transportation Support System KNPR 8500.1KSC Environmental Requirements KNPR 8715.3KSC Safety Practices Procedural Requirements KNPR 8830.1Facilities and Real Property Procedural Requirements KSC 52.204-96 SECURITY CONTROLS FOR KSC AND CCAFS (APR 2010) A. Identification of Employees 1. Badging i. Kennedy Space Center (KSC) badging is mandatory for all Contractor personnel whorequire access to KSC and National Aeronautics and Space Administration (NASA) facilitieslocated on Cape Canaveral Air Force Station (CCAFS). Badging Requirements are inaccordance with KNPR 1600.1, KSC Security Procedural Requirements, located at this publicwebsite: http://tdglobal.ksc.nasa.gov/ReferencedDocuments/. Badges must be obtainedbefore personnel may access the work site and the contractor is responsible forsubmitting complete, accurate, and timely security investigation and badge requestinformation. The government is not liable for any project delays resulting from thecontractors failure to provide required information or the contractors inability toachieve favorable investigative results. ii. Prior to performance, the contractor shall submit the following information to theContracting Officer, who will certify and pass the information to the KSC Badging Office.1. Contract number and location of work site(s); 2. Contract commencement and completion dates; 3. Status as prime or subcontractor; and, 4. Name of the contractor designated security/badging official. 5. A KSC Form 28-1222V2, (KSC Visitor Badge Request) and/or KSC Form 28-889 (KSC VisitorBadge/Multiple) for all employees requiring access to KSC or CCAFS. Note: This is the minimum paperwork required for issuance of identification badges. iii. Security forms for employee investigations under this clause (Paragraph 2) shall besubmitted by the contractor as soon as possible but in no case more than thirty days frominitial badging. iv. During performance of this contract, issued badges shall be worn by contractoremployees and prominently displayed above the waist at all times while on KSC or CCAFSproperty, unless an exception is granted for safety considerations. Upon termination ofan employee, or completion/termination of the contract, the contractor shall immediatelyreturn such employees identification and area permit badge(s) to the KSC Badging Office.NASA identification badges are the property of NASA and the Government reserves the rightto invalidate/confiscate such badges at any time. v. Contractor security/badging officials shall ensure that badges are authorized forofficial purposes only and in accordance with the requirements of this clause andreferenced directives. Abuse or misuse of badging authority may result in a loss of thisauthority. Employees that fail to comply with NASA regulations may be denied access toKSC. 2. Investigations i. All persons requiring ongoing access to Federal facilities, to include KSC and CCAFS,are required to complete security forms and submit to a Government investigation.Exceptions may be made for short term visitors (15 days or less). Persons needing accessfor a period greater than 180 days will require an investigation as described inparagraph 2ii below. Contractors should note that the 180 day period is for anindividuals aggregate access across all contracts. If you believe your employee willrequire ongoing access (current contract and follow on projects) to KSC and/or requireunescorted access to facilities under the KSC Area Permit System, you should submit theemployee for the investigation described in paragraph A2ii below at the time of initialbadging. ii. All persons requiring ongoing access to NASA installations are required to have afavorably completed National Agency Check with Written Inquiries (NACI). The followingforms must be submitted to the Contracting Officers Technical Representative (COTR), orthe COTRs designee: 1. FD Form 258, Fingerprint Card (Electronic submission at KSC Badging Office) 2. Standard Form 85, Questionnaire for Non-Sensitive Positions; 3. Optional Form 306, Declaration for Federal Position Employment; and, 4. Three (3) copies of KSC Form 20-87, Request for Investigation (Signed by COTR orCOTRs designee) B. Badging Restrictions/Categories 4. Access to Areas Requiring a KSC Area Permit. Access to certain areas on KSC and CCAFSrequires the contractor to have a KSC Area Permit and contractors may be grantedescorted or unescorted access to these areas in accordance with KNPR 1600.1.Unescorted access requires a favorable determination in accordance with the investigativerequirements detailed in paragraph A2ii above as well as the completion of mandatedsafety training. i. The NASA Protective Services Office, or its designee, PSSO, will determine whether theperson is eligible for unescorted access within 14 business days after the receipt of theproperly completed forms. ii. One or more on-site training classes will be required for admittance to thecontrolled access areas. The total training will not exceed four hours. Contractors may schedule any required training for their employees by contacting the COTRor designee. The contractor shall maintain a record of employees receiving the training.KSC CONSTRUCTION CONTRACTORS SITE SPECIFIC SAFETY AND HEALTH INFORMATION ANDREQUIREMENTS REFERENCE MANUALThe successful offeror will be required to submit a site specific safety and health planafter contract award as requested by the Contracting Officer.The contractor shalltailor its site specific safety and health plan using The KSC Construction ContractorsSite Specific Safety and Health Information and Requirements Reference Manual as a guide. The guide is provided as an attachment to this notice.All contractual and technical questions must be in writing (e-mail or fax) to Tyrone Freynot later than 10/22/10. Telephone questions will not be accepted.This acquisition will utilize Lowest Price Technically Acceptable (LPTA) source selectionprocedures in accordance with FAR 15.101-2, as supplemented. Technical tradeoffs will notbe made and no additional credit will be given for exceeding acceptability. Technicalacceptability will be determined by review of information submitted by the offeror whichmust provide a description in sufficient detail to show that the product offered meetsthe Government's requirement.Offerors must include completed copies of the provision at 52.212-3 (AUG 2009), OfferorRepresentations and Certifications - Commercial Items with their offer. These may beobtained via the internet at URL:http://rcb.cancer.gov/rcb-internet/SAP/52-212-3plusadd.pdf. These representationsand certifications will be incorporated by reference in any resultant contract.An ombudsman has been appointed -- See NASA Specific Note 'B'.Prospective offerors shall notify this office of their intent to submit an offer. It isthe offeror's responsibility to monitor the following Internet site for the release ofsolicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 Potential offerors willbe responsible for downloading their own copy of this combination synopsis/solicitationand amendments (if any).Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11356747Q/listing.html)
- Record
- SN02308376-W 20101009/101007234537-28918a0e4e1bc889cefd46e604cb33de (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 |