Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    FABRIC ENCLOSURE REPLACEMENT

    Issued by US COAST GUARD
    Sol. 70Z04025RFIUSCGYARDSpecial Notice
    Closed
    STATUS
    Closed
    closed Jul 3, 2025
    POSTED
    Jun 3, 2025
    Publication date
    NAICS CODE
    11
    Primary industry classification
    PSC CODE
    5410
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking information from interested parties for the replacement of a rolling maintenance shelter at the Coast Guard Yard in Baltimore, MD, as part of a Request for Information (RFI). This RFI aims to gather market research and does not constitute a solicitation. Interested organizations should provide their contact details and relevant capabilities, and site visits can be arranged. Responses will inform potential future solicitations, and all submissions will become government property.

    Contract details

    Solicitation No.
    70Z04025RFIUSCGYARD
    Notice Type
    Special Notice
    Posted Date
    June 3, 2025
    Response Deadline
    July 3, 2025
    NAICS Code
    11AI guide
    PSC / Class Code
    5410
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Marie De Vissor
    AI Product/Service
    both

    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:

    1. Organization name
    2. Address
    3. Website
    4. Point of contact name
    5. Point of contact email address
    6. Point of contact telephone number
    7. Socioeconomic status
    8. SAM.GOV Unique Entity Identifier
    9. What information and/or resources would you typically need from the government to perform this effort?
    10. 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.
    11. 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)?
    12. What is a reasonable timeline after award to:
      1. Remove and dispose of existing structure (two halves)?
      2. Mobilize for installation of new structure?
      3. Complete installation of new structure?
    13. 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.
    14. Have you installed similar rolling enclosures in the past? If so, please elaborate.
    15. Do you anticipate significant subcontracting or teaming on this endeavor? If so, please address the logistical, administrative, and management structure of such arrangements.

    Key dates

    1. June 3, 2025Posted Date
    2. July 3, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FABRIC ENCLOSURE REPLACEMENT is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.