Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 29, 2022 SAM #7702
SOURCES SOUGHT

W -- Scaffolding & Containment Services USCGC HICKORY

Notice Date
12/27/2022 4:24:51 PM
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z04023S61704Y00
 
Response Due
1/11/2023 1:00:00 PM
 
Point of Contact
Laura Lugo, Phone: 4107626978
 
E-Mail Address
laura.j.lugo2@uscg.mil
(laura.j.lugo2@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This SOURCES SOUGHT NOTICE is for market research purposes only and does not constitute a Request for Proposal or Quotation.� It is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. Requirement:� This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center; Curtis Bay, MD to identify sources capable of providing necessary materials, equipment, and personnel to perform scaffolding and containment services for the USCGC Hickory (WLB-212) ported at the USCG Yard, 2401 Hawkins Pt Rd. Curtis Bay, Maryland 21226.� This requirement is subject to change at the discretion of the Government.� PLEASE SEE SCOPE OF WORK DESCRIPTION BELOW. Anticipated Period of Performance:� The anticipated period of performance is February 24, 2023 through April 23, 2023 (subject to change at the discretion of the Government). NAICS Code/Size Standard:� The applicable NAICS code is 336611, Ship Building and Repairing and the size standard is 1,250 employees. Scope of Work:� The scope of the acquisition is for scaffolding & containment services for the USCGC�Hickory (WLB-212).� Please see services description below: 1.0 Overall Structure: The Contractor shall provide 100% containment around the vessel with fireproof shrink wrap material, including the sides to the ship lift floor, a fireproof membrane/plastic bottom, and a roof top (if required). The Contractor is to supply all labor and materials to erect scaffolding and containment around the designated Coast Guard Cutter. The scaffolding must be of safway systems type or compatible. Scaffolds must be erected, moved, dismantled, or altered under the supervision of scaffolding competent person. The scaffolding system must meet OSHA regulation 29 CFR 1915 SUB PART E. The purpose of the containment system is to maintain a constant environment, contain blast media, dust, paint, overspray and weather. The structure shall be of sufficient construction to prevent moisture or precipitation intrusion into the structure from surrounding environment. The staging system shall allow complete access to the entire freeboard with 12 inches of clearance from the cutter, so workers can prepare and paint the vessel�s hull. The bow, stern, and small boat area will need staging provided close enough to complete work but not within 12 inches of the hull. If required, the staging system shall include work platforms with appropriate accesses. If required, work platform in vicinity of the stern tubes shall be level with the vessel�s docking cradle. The vessel is 225 feet long with a maximum beam of 46 feet wide. The outer deck boards shall be installed at six-to-eight-foot intervals. The deck boards shall not be solid so that grit and other particles may fall through. The structure shall be secured to the dock floor and or vessel cradle or another non-destructive method at contractor discretion with approval. The structure can only be secured to the ship lift carts that the craft is on, and they have to be inside the enclosure. There shall be no securing or mountings of scaffolding to the ship. If required, the clearance above every deck shall be at least 7 to 8 feet. The enclosure will have four entry points. Two will be located forward and aft at the center of ship. The other two entry points will be located at the port and starboard mid-ships. Door opening should be approx. 8ft by 8ft. 2.0 Structure Survivability: The contractor shall provide an engineering drawing stamped by a Professional Engineer ensuring the containment will be able to sustain wind gusts up to 60MPH. If required, a load of six inches of wet snow (during the assembly, final construction, and entire period of performance). �The shrink wrap roof and sides must include a slope to prevent water pooling. The shrink wrap containment shall not let any water in through the roof or sides. � Grit blasting will occur inside the enclosure; grit shall remain dry as possible for timely vacuum removal. Painting will also be occurring inside the enclosure, therefore paint overspray will occur. The structure shall be designed to sustain and contain the byproducts of these processes without repair or modification. The government shall provide locations and connection collars to the contractor on the shrink wrap enclosure to run temporary service ducts such as; dust collection hoses, air conditioning hoses, water, sewage, power, etc. 3.0 Structure Inspection: The Contractor shall ensure enclosure meets contractor supplied engineered drawing. The Contractor shall provide safety inspections IAW OSHA standards and repair of the enclosure, at no additional cost to the government. 4.0 Structure Access:� Ladders will be needed on all four corners of the enclosure. If required, the entrance shall also have a clearance of 8 feet off the gangway. Final positioning of the doors may need to be adjusted based on final positioning of the ship in relation to fixed obstacles, particularly on the southeast side of the Enclosure. The bow and stern doors shall be in the middle of the enclosure. If required, the contractor shall provide openings for at least one gangway and a minimum of one additional egress route as designated by Government representative. Exit placards shall be hung above each door or egress route. 5.0 Site Visit: A site visit is required to bid on this contract. � 6.0 Build Plan: The Government will continue to have access to the ship during building and removal of the structure unless requested by the contractor 72 hours in advance. 7.0 Lighting: Lights will be provided and mounted by the Government to the scaffolding. 8.0 Removal of Scaffolding / Containment COMPLETION OF WORK: The contractor shall disassemble and remove the enclosure entirety as specified within the period of performance. Structure Disassembly: The contractor will be held liable for any damages caused during disassembly of the structure. Disposal and Removal: The Contractor is responsible for removal of all equipment and debris generated under this contract. Interested companies may respond to this Sources Sought Notice via e-mail to: Laura Lugo at Laura.J.Lugo2@uscg.mil no later than 5:00 PM EST on January 6, 2022. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements and are interested in submitting a proposal are invited to provide information to contribute to this sources sought notice including commercial market information and company information. A: Provide the following information/documentation: 1. Company Name, Address and UEI Number 2. Point of Contact and Phone Number 3. Business Size applicable to the NAICS Code:� 8(a) Small Business Concern, HubZone Small Business Concern, Service Disabled Veteran Owned Small Business Concern (SDVOSB), Women Owned Small Business, or a Small Business Concern. All interested firms must be registered in System for Award Management (SAM) to submit bids/quotes/proposals on Government solicitations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d1243c4124f74373a4e2324aca8dc96d/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN06552540-F 20221229/221227230110 (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.