Skip to main content

An official website of the United States government

You have 2 new alerts

USS Emory S. Land Layher Scaffolding

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: May 14, 2024 11:55 am JST
  • Original Published Date: May 09, 2024 02:17 pm JST
  • Updated Date Offers Due: May 15, 2024 09:00 am JST
  • Original Date Offers Due: May 15, 2024 09:00 am JST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 30, 2024
  • Original Inactive Date: May 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5440 - SCAFFOLDING EQUIPMENT AND CONCRETE FORMS
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    GARDEN ISLAND , AU-WA 6168
    AUS

Description

Amendment 0001- The purpose of this amendment is to respond to the following request for information (RFI):

- Do you have a list of the scaffolding parts that you are looking for?

Government response:

-Please refer to Attachment (3) List of Scaffolding Parts

***All previously submitted quotes must be resubmitted after the posting of this amendment in order to be considered for award.***

(i) This is a combined synopsis/solicitation for commercial SAP requirement prepared in accordance with the format in FAR Subpart 12.6, 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.

(ii) The solicitation number is N6824624Q0082 and is issued as a request for quotation (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through: Federal Acquisition Circular (FAC) 2024-04

(iv) This requirement is a 100% Small Business Set-Aside with a Layher Brand Name Requirement. The NAICS code is 332311 – Prefabricated Metal Building and Component Manufacturing and the small business size standard is 750 employees. The small business office concurs with this decision.

(v) See attachment (a) – Quotation Sheet for a list of line item number(s) and items, quantities, and units of measure (including option(s), if applicable).

(vi) The Government requires a firm-fixed price contract to provide the manufacture and supply of Layher Scaffolding in accordance with the Statement of Work.

See Attachment (1) – Statement of Work for the description of the requirements and Attachment (2) Brand Name Justification and Approval

(vii)            The purchase order will have a required delivery date of July 15, 2024.

(viii) The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (b) Addendum to 52.212-1 for additional instructions.

(ix) The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition. See Attachment (c) 52.212-2, Evaluation-Commercial Products and Commercial Services for the description of the evaluation procedures to be used.

(x) Do NOT submit a completed copy of the provision at (DEVIATION 2023-O0002), Offeror Representations and Certifications-Commercial Products and Commercial Services with your offer.

(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. There is no addendum to 52.212-4 for this solicitation.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition.

The following additional FAR clauses cited in the clause are applicable to the acquisition:

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (NOV 2021)   

52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment (NOV 2021) 

52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)

52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)

52.222-50 Combating Trafficking in Persons (NOV 2021)

52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)

52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)

52.233-3 Protest after Award (AUG 1996)

52.232-30 Installment Payments for Commercial Products and Commercial Services (NOV 2021)

52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)

52.219-6 Notice of Total Small Business Set-Aside--Alternate I (MAR 2020)

(xiii) The following additional clauses and provisions also apply to this requirement:

Clauses:

52.203-12 Limitation on Payments to Influence Certain Federal Transactions

52.204-13 System for Award Management Maintenance

52.204-18 Commercial and Government Entity Code Maintenance

52.212-4 Contract Terms and Conditions—Commercial Products and Commercial Services

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services

52.216-18 Ordering

52.216-19 Order Limitations

52.216-20 Definite Quantity

52.216-21 Requirements

52.216-21 Requirements--Alternate I

52.222-1 Notice to the Government of Labor Disputes

52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000

52.232-35 Designation of Office for Government Receipt of Electronic Funds Transfer Information

52.232-39 Unenforceability of Unauthorized Obligations

252.203-7000 Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights

252.204-7003 Control of Government Personnel Work Products

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support

252.204-7020 NIST SP 800-171 DoD Assessment Requirements

252.223-7008 Prohibition of Hexavalent Chromium

252.225-7012 Preference for Certain Domestic Commodities

252.227-7013 Rights in Technical Data--Other than Commercial Products or Comemercial Services--Alternate II

252.227-7015 Technical Data--Commercial Products and Commercial Services--Alternate I

252.227-7037 Validation of Restrictive Markings on Technical Data

252.232-7003 Electronic Submission of Payment Requests and Receiving Reports

252.232-7010 Levies on Contract Payments

252.244-7000 Subcontracts for Commercial Products or Commercial Services

252.246-7003 Notification of Potential Safety Issues

252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations

252.247-7023 Transportation of Supplies by Sea--Basic

252.247-7025 Reflagging or Repair Work

252.247-7027 Riding Gang Member Requirements

252.247-7028 Application for U.S. Government Shipping Documentation/ Instructions

Provisions:

52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions

52.204-7 System for Award Management

52.204-16 Commercial and Government Entity Code Reporting

52.204-17 Ownership or Control of Offeror

52.204-20 Predecessor of Offeror

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

52.204-26 Covered Telecommunications Equipment or Services--Representation

52.212-1 Instructions to Offerors—Commercial Products and Commercial Services

52.212-2 Evaluation—Commercial Products and Commercial Services

52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services

52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services--Alternate I

52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals—Representation

52.223-23 Sustainable Products and Services

52.252-5 Authorized Deviations in Provisions

252.203-7005 Representation Relating to Compensation of Former DoD Officials

252.204-7016 Covered Defense Telecommunications Equipment or Services--Representation

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation

252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements

252.204-7024 Notice on the use of the Supplier Performance Risk System

252.247-7026 Evaluation Preference for Use of Domestic Shipyards — Applicable to Acquisition of Carriage by Vessel for DoD Cargo in the Coastwise or Noncontiguous Trade

There are no additional contract requirement(s) or terms and conditions other than those included in this notice including all referenced provisions, clauses, and attachments.

(xiv) The Defense Priorities and Allocations System (DPAS) is NOT applicable to this solicitation.

(xv) The date, and time all quotations must be received in order to be considered for award is the response date and time in Contract Opportunities. See Attachment (b) Addendum to 52.212-1 for additional instructions including the submittal instructions

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation including submission of questions is the Contract Specialist identified in Contract Opportunities for this combined synopsis/solicitation.

The Government may not respond to questions received less than 5 days prior to the due date and time for receipt of quotations.

Contact Information

Contracting Office Address

  • YOKOSUKA DET SASEBO JAPAN PSC 476 BOX 6
  • FPO , AP 96322-1500
  • USA

Primary Point of Contact

Secondary Point of Contact

History