SPECIAL NOTICE
N -- Work Platforms for Blasting, Painting, and Welding
- Notice Date
- 11/5/2025 11:31:54 AM
- Notice Type
- Special Notice
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
- ZIP Code
- 21226
- Solicitation Number
- 70Z04026RFI62204Y00
- Response Due
- 12/8/2025 12:00:00 PM
- Archive Date
- 12/23/2025
- Point of Contact
- Marie C. DeVisser, Phone: 410-636-4438, Linda B. Lassiter, Phone: 571-607-8025
- E-Mail Address
-
Marie.C.DeVisser@uscg.mil, Linda.B.Lassiter@uscg.mil
(Marie.C.DeVisser@uscg.mil, Linda.B.Lassiter@uscg.mil)
- Description
- Description Purpose: The Coast Guard is issuing this request for information (RFI) for market research purposes to identify interested parties for the construction or fabrication of semi-permanent working platforms at Coast Guard Yard in Baltimore, MD. All interested parties responding to this RFI will be invited to industry day. While attendance of the industry day is not mandatory for being considered a potential vendor, a site visit will be required during solicitation of subsequent contract. Attached Product Specification Sheet includes general layout and key dimensions. Intended Usage Work platforms will be used to facilitate blasting, painting, and welding operations on the hull of sea going vessels, up to 154�, dry docked in 2 adjacent warehouse bays. Final work platform solution will also be used as a walkway with access point for the vessel. The final work platform solution will need the ability to be moved by industrial equipment by the customer to allow a vessel to be brought into or removed from a warehouse bay. Request: If your organization can design, construct, and deliver a solution, 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 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, and agency point of contact 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: Mobilize for installation of work platforms? Complete installation of work platforms? Have you fabricated or installed similar work platform solutions 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. Submission Instructions: Interested parties are invited to submit a response to the above questions by December 8, 2025. All responses and any questions regarding this RFI must be emailed to Linda.B.Lassiter@uscg.mil (Contract Specialist) and Marie.C.DeVisser@uscg.mil (COR). Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information 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 RFI responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the 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 deciding 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. Product Specification Sheet Warehouse Bay Structure Opening width: 32� Opening height: 45� Length: 174� L Proposed Solution Dimensional Particulars: Max Width: 6� Highest work platform will vary around the hull with the stern requiring approx. 18� high platform and the pilot house requiring up to 36� high platforms. Proposed work platform solution must follow the 154� Vessel Hull form, remaining no less than 12� away and no more than 2� away to facilitate work. Work platform may be in sections, but sections must be able to be connected to form a continuous working platform system. Foundation and Anchoring Particulars: Must be semi-permanent Set on existing concrete base May not be anchored or set into existing concrete base � must include non-permanent anchoring method Anchoring method must not protrude more than 6� in either direction due to surrounding structure and vessel Usage Particulars: Work Platform will be used for general maintenance of USCG vessels up to 154� in length. Including but not limited to grit blasting, industrial coating application, welding, personnel transit, vessel inspections, and pressure washing. Work platform walkways will require perforated or slated openings to allow grit blast and sand to fall through. Welding repairs will occur on the vessel and near proposed work platforms. Any covering or materials must be flame retardant. Maximum Live loads on work platform decks will vary; intended usage is 12-14 personnel dispersed evenly throughout the total work platform system. Access to work decks via ladders built into the work platform structure. A minimum of two egress points from the work platform system are required. All work platforms and guard railing must conform to OSHA regulations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2e4c56bc1a7f467a8a1af14a3372aa9e/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN07635501-F 20251107/251105230036 (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 |