Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2011 FBO #3371
SOURCES SOUGHT

J -- Request for Information - Surge Workers

Notice Date
2/14/2011
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-11-RFI-60766
 
Archive Date
3/15/2011
 
Point of Contact
Sandra M. Burgert, Phone: 4107626546, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
sandra.m.burgert@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(sandra.m.burgert@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REQUEST FOR INFORMATION NOTICE PURSUANT TO FAR 15.201(e) This is a Request for Information (RFI) issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. The preferred response method to this RFI is email. Email responses may be sent to Ms. Sandra (Sharkie) Burgert at sandra.m.burgert@uscg.mil, no later than February 28, 2011, 9AM EST. Introduction The Coast Guard Shipyard (the Yard), located in Curtis Bay, Baltimore, Maryland, seeks information from potential recipients as to their interest and capability in providing Surge Labor Services as discussed below. Objectives This RFI is being published to identify both interest and industry capabilities of a single small-business firm to provide surge labor in the following categories with corresponding qualifications and certifications: Marine Painters - The prime Contractor for this contract will be required to be certified by the Society for Protective Coatings (SSPC QP1); individual surge workers in this category shall perform at the journeyman's skill level and have, at a minimum, one year of documented experience in the marine trade. Structural Workers - Individual surge workers in this category shall perform at the journeyman's skill level and have, at a minimum, two years of documented experience in the marine trade. Structural worker must be qualified to American Welding Society (AWS) D1.1 for shielded metal arc welding and flux core arc welding. Marine Pipefitters - Individual surge workers in this category shall perform at the journeyman's skill level and have, at a minimum, two years of documented experience in the marine trade. Any required licenses to work in the State of Maryland and the City of Baltimore must also be present. Pipe Cover/Insulators Marine - Individual surge workers in this category shall perform at the journeyman's skill level and have, at a minimum, one year of documented experience in the marine trade. Any required licenses to work in the State of Maryland and the City of Baltimore must also be present. Sandblaster Marine - Individual surge workers in this category shall perform at the journeyman's skill level and have, at a minimum, one year of documented experience in the marine trade. Any required licenses to work in the State of Maryland and the City of Baltimore must also be present. Both lead workers, as well as regular workers, are anticipated to be further distinguished in each labor category. Estimates for total labor hours per labor category are 1,000 hours, per year, for regular workers and 500 hours for lead workers. Surge workers are not intended to replace current Yard employees but rather supplement the workforce as needed. Contractors are responsible for providing all basic hand tools and safety equipment. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 336611, Ship Building and Repairing. The size standard for NAICS 336611 is 1,000 employees. Comments on this NAICS and suggestions for alternatives must include supporting rationale. Proposed Contract Type and Term The U.S. Coast Guard is considering a requirements-type contract for one (1) base year and four (4) option years. Individual task orders, when and if required, would be issued under the contract and would contain a work statement defining the location where work will be performed, a general description of the work to be performed, the number of laborers required for each labor category, and an estimated period of performance. Task order performance may be required less than 24 hours after issuance of task order. Submissions Responses to this notice shall include the following: (1) Company name (2) Address (3) Point of contact (4) Phone, fax, and email (5) DUNS number (6) Business size (7) Small business type (e.g. services disabled veteran owned small business, veteran-owned small business, woman-owned business, Hubzone or 8(a) etc.) (8) A capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work discussed herein. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses adequate functional area expertise to successfully provide the qualified workers in all labor categories described above. (9) Evidence, if any, of experience doing the same or similar type of work Submissions are limited to a maximum of 15 pages (single sided). All responses must be submitted to sandra.m.burgert@uscg.mil no later than 9AM EST, February 28, 2011. Point of Contact Sandra (Sharkie) Burgert Contract Specialist Surface Forces Logistics Center 2401 Hawkins Point Road Baltimore, MD 21226-5000 Email: sandra.m.burgert@uscg.mil Phone: 410-762-6546
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-RFI-60766/listing.html)
 
Place of Performance
Address: US Coast Guard Shipyard, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02379364-W 20110216/110214234259-ce76bb12b99bf3f3af5f58e805fb6152 (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.