Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2025 SAM #8592
SPECIAL NOTICE

54 -- Fabric Enclosure Replacement

Notice Date
6/3/2025 11:23:36 AM
 
Notice Type
Special Notice
 
NAICS
11 —
 
Contracting Office
U.S. COAST GUARD
 
ZIP Code
00000
 
Solicitation Number
70Z04025RFIUSCGYARD
 
Response Due
7/3/2025 5:00:00 AM
 
Archive Date
07/18/2025
 
Point of Contact
Marie De Vissor, Kenneth Tankersley
 
E-Mail Address
Marie.C.Devisser@uscg.mil, Kenneth.C.Tankersley2@uscg.mil
(Marie.C.Devisser@uscg.mil, Kenneth.C.Tankersley2@uscg.mil)
 
Description
Request for Information (RFI) Purpose: The Coast Guard is issuing this Request for Information (RFI) for market research purposes to identify interested parties for replacement of a rolling maintenance shelter at Coast Guard Yard in Baltimore, MD. Attached Product Specification Sheet includes photographs, key dimensions, and problem areas with the existing structure. The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 332311. Site visits are authorized. To set up a site visit, contact the POC annotated on this RFI for visit planning purposes. Site visits will Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information or request for a site visit in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned. After reviewing responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the SAM.GOV Contract Opportunities (formerly FedBizOpps) website or distributed to contract holders if a strategically sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the Contract Opportunities website. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Request: If your organization has the ability to replace the rolling maintenance structure depicted in the attachment, please provide the following information: Organization name Address Website Point of contact name Point of contact email address Point of contact telephone number Socioeconomic status SAM.GOV Unique Entity Identifier What information and/or resources would you typically need from the government to perform this effort? Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, agency point of contact information, and any other amplifying information. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or a perhaps a hybrid (i.e. a contract that allows several types)? What is a reasonable timeline after award to: Remove and dispose of existing structure (two halves)? Mobilize for installation of new structure? Complete installation of new structure? Structure must, at a minimum, have designated points for attachment to facilitate movement of structure (both �opening� and �closing� for vessel dockings) via industrial equipment. Other means of mobility will be considered. Have you installed similar rolling enclosures in the past? If so, please elaborate. Do you anticipate significant subcontracting or teaming on this endeavor? If so, please address the logistical, administrative, and management structure of such arrangements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c4d138c4593434490b31aecf8efbb16/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN07463172-F 20250605/250603230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.