SPECIAL NOTICE
J -- 70Z08520QP4508800
- Notice Date
- 2/3/2020 7:55:55 AM
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- CGC_ALEX_HEALY_REQUIRES_CO2_SYSTEM_CYLINDERS_AND_FLEX_HOSES_INSPECTED
- Response Due
- 2/14/2020 7:00:00 AM
- Archive Date
- 02/29/2020
- Point of Contact
- William A. M. Sword, Phone: 5106375901, BARBARA FALERO, Phone: 5106375973
- E-Mail Address
-
william.a.swordjr@uscg.mil, BARBARA.FALERO@USCG.MIL
(william.a.swordjr@uscg.mil, BARBARA.FALERO@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is 70Z08520QP4508800 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-84 dated Nov 1, 2015. The NAICS Code is 336611. The Small Business Size Standard is 1250. This is a total small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. **For purposes of evaluation and award, Past Performance is considered to be more important than Price. � Offerors shall submit quotes as follows � Date: �FEBRUARY 15TH, 2020 Time: 0700 Pacific Standard Time (PST) Place: William.a.swordjr@uscg.mil � REQUIRED DOCUMENTS: Each Offeror shall furnish the information required by the solicitation, which includes: Section 1: Price quote including cost breakdown. Section 2: Past Performance / References Proposal (This section should include the offerors completed representations and certifications.); and � Section 3: Any issued amendments to the solicitation. ANTICIPATED AWARD DATE:� The contract is expected to be awarded on or about 02/15/2020. QUESTIONS: The last day to ask questions will be February 15th, 2020, 0700 Pacific Standard Time (PST).� Questions shall be submitted via e-mail to William.A.Swordjr@uscg.mil. ��After this date, unless amended, questions will not be accepted. � For information regarding this solicitation, please contact WILLIAM SWORD, 510-637-5901. Please Note:� Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. Questions and quotes shall be emailed to William.A.Swordjr@uscg.mil. �Contractors are responsible for verifying receipt of quotes. INTERESTED VENDORS PLEASE SEND OFFICIAL QUOTE, WITH A SAM.GOV REGISTERED DUNS NUMBER, AND EMAIL TO William.A.Swordjr@uscg.mil. 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to inspect and hydrostatically test Carbon Dioxide (CO2) System bottles and flexible connections, located as follows: table 1 � cylinders Compartment Location SIZE (lbs) Quantity AMR/MMR 2-24-3-Q 100 21 AMR/MMR 1-23-1-L/1-25-0-L 25 2 Flam Stores 2-6-0-K 100 2 Paint Locker 1-1-0-L 100 2 1.2 Government-furnished property. None. 2. REFERENCES Coast Guard Drawings Coast Guard Drawing 282 WMEC 507-003, Rev -, CG Conversion Modifications to Fixed CO2 System in Paint Locker Coast Guard Drawing 282 WMEC 507-007, Rev J, CO2 Fixed Flooding System Coast Guard Drawing 282 WMEC 545-009, Rev C, Diagrammatic of Fire Extinguishing & Foam System Coast Guard Publications Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2018, General Requirements Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2018, Welding and Allied Processes Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2018, Requirements for Preservation of Ship Structures Other References None 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. None. 3.1.2 Tech Rep. The Contractor shall provide the services of a Qualified Technical Representative who is familiar with the fixed fire protection systems to accomplish the following on site: Advise on manufacturer's proprietary system information. Assist with installation and repair method(s). Ensure compliance with manufacturer�s procedures and standards during system disassembly, inspection, and reassembly as applicable. Conduct annual servicing of the fire protection systems. Test the system for proper operation and provide certification of inspection. 3.1.2.1 Ensure the Tech Rep has experience with the system/equipment stated above and demonstrated on their resume. 3.1.2.2 Submit the name and resume of the Tech Rep to the COR at the Arrival Conference. 3.1.3 Protective measures. The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion of work, the Contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness. 3.1.4 Interferences. The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the following: Piping Electrical Cable Galley Equipments 3.2 Temporary fire protection. The Contractor shall provide a temporary replacement CO2 cylinder and any associated CO2 components (i.e. flexible discharge hose, etc.) and install them in-place of the removed items. The replacement items will provide temporary fire protection to affected spaces. Remove temporary replacement CO2 cylinder and any associated CO2 components after completion of work. The replacement cylinder and associated components shall be the same specification as the removed cylinder and components. 3.3 Hydrostatic Test. The Contractor shall ensure the following for the designated CO2 cylinders (see Table 1), as shown on Coast Guard Drawings 282-WMEC 507-003, 282-WMEC 507-007, and 282-WMEC 545-009: 3.3.1 Remove the CO2 cylinder from its respective fire extinguishing system and transport it to an approved test facility. 3.3.2 Inspect cylinder straps, cradles and attaching hardware for loose, damaged, or broken parts, corrosion, oil, grease, grime, and etc. Tighten loose hardware. Submit CFR. 3.3.3 Remove dirt from metallic parts using a lint-free cloth moistened with dry cleaning solvent. Dry parts with clean, dry, lint-free cloth or air blow dry. Wipe non-metallic parts with clean, dry, lint-free cloth. Remove corrosion with crocus cloth. 3.3.4 In the test facility, discharge the cylinder. Hydrostatically test the CO2 cylinders. Stamp the date of hydrostatic testing on the neck of each cylinder tested. Refill each cylinder. Weigh and record the weight of each cylinder. 3.3.5 Return the cylinders to the ship and reinstall each cylinder from their parent location. 3.3.6 A cylinder must be rejected if any of the following exist: Leaks. Dented, bulging, severely corroded, or otherwise in a weakened condition. Has lost more than five percent of its tare weight. Has been involved in a fire. 3.3.7 Provide a CFR to the Coast Guard Inspector showing the cylinder weight, both before testing and after testing. 3.4 Flexible Hose Connection Testing. The Contractor shall ensure the following: 3.4.1 Remove the CO2 flexible discharge hose associated with the removed CO2 cylinder for inspection and test. 3.4.2 Inspect flexible discharge hose for loose fittings, damaged threads, cracks, rust, kinks, and distortion, dirt and frayed wire braid. Tighten loose fittings. Submit a CFR. 3.4.3 Remove dirt from metallic parts using a lint-free cloth moistened with dry cleaning solvent. Dry parts with clean, dry, lint-free cloth or air blow dry. Wipe non-metallic parts with clean, dry, lint-free cloth. Remove corrosion with crocus cloth. 3.4.4 In a suitable facility, pressure test each flexible hose at a pressure of one and one-half times the cylinder service pressure as marked on the cylinder. Acceptance Criteria: At test pressure, the pressure must not drop at a rate greater than 150 psi (1.03 MPa) per minute for a two (2) minute period. 3.4.5 Provide and install a metal tag on the hose showing the test date, test pressure, and test facility. 3.4.6 Return the hose to the ship and reinstall each hose with its CO2 cylinder. 3.4.7 Provide a CFR to the Coast Guard Inspector showing the hydrostatic test pressure and test date.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a4af4aa26af0486db49740aeafdbcac3/view)
- Place of Performance
- Address: San Diego, CA 92136, USA
- Zip Code: 92136
- Country: USA
- Zip Code: 92136
- Record
- SN05549900-F 20200205/200203230141 (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 |