Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
SOLICITATION NOTICE

H -- Inland Buoy River/Construction Tender Asbestos & Lead Exposure Assessments - Draft Performance Work Statement (PWS)

Notice Date
1/24/2018
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
RFI_70Z02318_TENDER_PROJECT
 
Archive Date
2/15/2018
 
Point of Contact
Danit P. Johnson, Phone: 2024753250
 
E-Mail Address
danit.p.johnson@uscg.mil
(danit.p.johnson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft Performance Work Statement (PWS) REQUEST FOR INFORMATION - 70Z02318-RFI-TENDER PROJECT TITLE: Inland Buoy River/Construction Tender Asbestos & Lead Exposure Assessments Issuance Date: January 24, 2018 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. Furthermore, those who respond to this RFI should not anticipate feedback with regard to its submission; other than acknowledgment of receipt - IF a request for an acknowledgement is requested by the submitter. This RFI does not commit the Government to contract for any supply or service. U.S. Coast Guard (USCG) is not at this time seeking Proposals. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government, and will not be returned. 1.0 DESCRIPTION In 2012, during a periodic audit, significant deterioration of asbestos-containing materials and lead-containing materials was identified on an Icebreaker, Buoy, and Construction Tender Barge. Subsequently, an investigation revealed class-wide exposure risks from asbestos-containing materials and lead-containing materials and the presence of systematic failures. As a result, the Safety and Environmental Health community established a strategy to sustain efforts in order to reinforce and maintain a high-level of awareness within the Inland Buoy River/Construction (IBCT) tender and barge fleet. The US Coast Guard (USCG) is seeking professional industrial hygiene assistance to conduct asbestos and lead exposure assessments on the IBCT tender and barge fleet biennially, which includes 46 cutters comprised by the WLIC, WLI, WLR, and WYTL fleets. The Contractor shall conduct exposure assessments lasting a maximum of three days. This includes a mandatory minimum of eight hours of personal exposure monitoring during operations underway. The following objectives will be accomplished by contracted personnel during each assessment: (1) complete an administrative audit of the Unit Asbestos and Lead Hazard Management programs and plans; (2) review and reconciliation of unit asbestos and lead inventory with historical and current Surface Forces Logistics Center (SFLC) abatement records and on-site condition assessments; (3) complete a condition assessment of all accessible asbestos-containing materials (ACM), presumed asbestos-containing materials (PACM) and lead-containing materials (LCM) (without removing interferences) and characterize the material condition. If ACM/PACM material is damaged, deteriorated or failing, the contractor will collect bulk samples of each material to determine presence or absence of asbestos in accordance with industry standards and regulations; (4) collect personal breathing zone air samples underway during normal operations; and (5) provide asbestos and lead hazardous awareness training for the cutter crew and on-the-job training for the designated unit Asbestos Program Manager. 2.0 PURPOSE OF THIS RFI The purpose of this RFI is to ascertain available sources to provide reliable and capable professional industrial hygiene services to conduct asbestos and lead exposure assessments on the Inland Buoy River Construction tender and barge fleet. Please see the attached Draft PWS for requirements. 3.0 RFI RESPONSE INSTRUCTIONS Only electronic submissions will be accepted. Electronic files larger than 5 MB shall be broken down into multiple files with no one file exceeding 5 MB. Each electronic submission shall include:  The RFI number in the subject line  If required services are on GSA Schedule, provide the Contract Number.  The maximum number of pages per submission shall be limited to 1 page for capabilities statement and 1 page for past performance information. All pages shall be one-sided, Times New Roman, Font Style 12 Regular.  A Point of Contact (POC), phone number and email address of the person (in the body of the email) to be contacted regarding any correspondence between the Government and the Vendor. The POC shall be capable of addressing questions or issues associated with the submission and content of the RFI  A brief summary of email content, vendor name and the firm's mailing address Interested parties having the expertise and capabilities are invited to submit detailed information discussing their capabilities to Danit Johnson, Contract Specialist, at the following address, danit.p.johnson@uscg.mil by 1400 Eastern Standard Time (EST) on 31 January 2018. Questions regarding this RFI may be forwarded to Danit Johnson via email at danit.p.rainey@uscg.mil. The NAICS Code for this requirement is 541690 with a Small Business Size Standard of $15M. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid USCG, please segregate proprietary information. Please be advised that all submissions become the property of the Federal Government, and will not be returned. Responses to this RFI may be evaluated by Government technical experts drawn from staff within USCG and other Federal agencies. The Government may use selected support contractor personnel to assist in the evaluation. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary and source selection information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/RFI_70Z02318_TENDER_PROJECT/listing.html)
 
Place of Performance
Address: Various Locations, Norfolk, Virginia, United States
 
Record
SN04797890-W 20180126/180124231015-5370e01390efa630e49008789634fc7d (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 |
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.