Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SPECIAL NOTICE

J -- CGC HAMILTON DUAL POINT DAVIT REPAIR

Notice Date
4/1/2020 12:33:12 PM
 
Notice Type
Special Notice
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08520NP45A9900
 
Response Due
4/3/2020 8:00:00 AM
 
Archive Date
04/18/2020
 
Point of Contact
Anthony J. Andaluz, Phone: 5106375980, Barry Meyer, Phone: 5106375961
 
E-Mail Address
anthony.j.andaluz@uscg.mil, barry.meyer@uscg.mil
(anthony.j.andaluz@uscg.mil, barry.meyer@uscg.mil)
 
Description
The United States Coast Guard, Surface Forces Logistics Centers, Long Range Enforcer - Contracts & Procurement Branch 2, Oakland, CA anticipates awarding SOLE SOURCE procurement to �ALLIED SYSTEMS ITEM 1: Dual Point Davit ,Biennial Maintenance, Perform 1.� SCOPE 1.1� Intent.� This work item describes the requirements for the Contractor to perform Biennial Maintenance on Dual Point Davit listed in the Table 1. TABLE 1 � DUAL POINT DAVIT NAMEPLATE DATA description LOCATION Allied Systems Dual Point Davit with Control Console Models : DDP11000CTS & SP2200 Weather Deck, STBD Side, Frame 47 1.2� Government-furnished property None. 2.� REFERENCES Coast Guard Drawings Coast Guard Drawing 750-WMSL-801-009, Rev A, Booklet of General Plans (NSC 4 ONLY) (ASC801001D) Coast Guard Drawing 750-WMSL-100-082, Rev A, General Arrangements (NSC 4 ONLY) (AS4100001) Coast Guard Drawing 750-WMSL-100-530, Rev F, Modifications Incidental To The Installation Of Allied Dual Point Davit, Hamilton, James & Munro Coast Guard Drawing 750-WMSL-320-575, Rev , Electrical Mods Incidental to the Installation of Allies Dual Point Davit (Hamilton Only) Coast Guard Publications Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2014, General Requirements Surface Forces Logistics Center Standard Specification 5000(SFLC Std Spec 5000), 2014, Auxiliary Machinery Systems Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2014, Requirements for Preservation of Ship Structures Coast Guard Technical Publication (TP) 9618, 02-November-16, Boat Davits-Models DDP11000CTS & SP2200 (S/N 2328,2329,2332 & 2330) (Hulls 750, 751 & 753 Other References International Standards Organization (ISO) 4406, 1996, Hydraulic Fluid Power � Fluids � Method for Coding the Level of Contamination by Solid Particles 3.� REQUIREMENTS 3.1� General. 3.1.1� CIR.� The Contractor shall submit a CIR for the inspections listed in the following paragraph(s): 3.2 (Inspect and repair task particulars) � Task #1. 3.1.2� Tech Rep. 3.1.2.1� The Contractor shall provide the services of a qualified Tech Rep who is familiar with the Allied Dual-Point Davit to do the following, on site: Advise on manufacturer's proprietary information pertinent to the system. Ensure compliance with manufacturer's procedures and standards during inspection and testing. 3.1.2.2� Ensure the Tech Rep has a r�sum� of demonstrated experience with the system/equipment stated above. 3.1.2.3� Submit a copy of the Tech Rep�s r�sum� and a list of references to the COR at the Arrival Conference. 3.1.3� Protective measures - general.� The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces in the vicinity of 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. 3.1.3.1� Protective measures - hydraulic system. The Contractor shall maintain existing hydraulic system cleanliness; take all necessary precautions to prevent the introduction of contaminants into the hydraulic system. Whenever disconnecting or removing components from the hydraulic system, completely seal all openings to the rest of the system, immediately, using either caps (for externally threaded connection points), bolt-on blanks, or taped-on discs/covers (durable plastic or sheet-metal no less than 1/16-inch thick). NOTE Plastic bags may be used only when arrangement or configuration prevents the use of the other sealing methods specified above. 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 below-listed: Piping Electrical Cables Capstan 3.1.5� Reference documents.� The Contractor shall refer to the drawings referenced in Section 2 for guidance in accomplishing this work item. �The Contractor shall use TP 9618 for guidance.� Perform all work in accordance with SFLC Std Spec 5000. 3.1.6� General mandatory renewal parts.� The Contractor shall furnish and renew parts listed in the Table 2 in accordance with Tech Pub 7092. TABLE 2 � list of PARTS quantity part number description suggested source of supply 2 70195 Filter. Return Allied System Co. 2 70124 Filter, Element Allied System Co. 2 70124 Filter, Element Allied System Co. 1 71975 Filter, Breather Allied System Co. 2 70108 Control Valve Assembly Allied System Co. 3.2� Biannual maintenance inspection and repair task particulars.� The Contractor shall perform the tasks designated in Table 2 below in accordance with SFLC Std Spec 5000 and CG TP-9618, as applicable. TABLE 2 � Recurring Maintenance Requirements � ADDITIONal REQUIREMENTS # TASK TYPE QTY COMPONENT OR ASSEMBLY APPENDICES AND PARA. FROM SFLC STD 5000 & TECH PUB 9618 OTHER 1 Operate and Inspect 1 Dual Point Davit System 3.2.1 (Operate and Inspect) Appendix A (General Inspection Requirements) Inspect Winch Drums : Tech 9618: Para : 6.5.1.1 Inspect all fasteners : Tech 9618: Para : 6.5.1.2 & 6.5.5.1 Inspect all hydraulic hoses: Tech 9618: Para : 6.5.1.3 Check Hydraulic oil level : Tech 9618: Para : 6.5.1.4 Inspect Anti-2 Block Assembly and Tension Switches : Tech 9618: Para : 6.5.1.5 �Replace Hydraulic Return Filters : Tech 9618: Para : 6.5.4.2 Power Sheave Inspection: Tech 9618: Para : 6.5.2.2 Wash with fresh water and detergent : Tech 9618: Para : 6.5.3.1 Apply Grease at fittings : Tech 9618: Para : 6.5.3.3 Inspect Hydraulic Cylinders : Tech 9618: Para : 6.5.3.4 Inspect Davit Structure : Tech 9618: Para : 6.5.3.5 Inspect off load hooks : Tech 9618: Para : 6.5.3.6 Check and replace hydraulic tank breather : Tech 9618: Para : 6.5.3.7 Inspect Electrical Boxes : Tech 9618: Para : 6.5.3.8 Check Accumulator pre-charge: Tech 9618: Para : 6.5.3.9 Check Winch housing oil levels : Tech 9618: Para : 6.5.4.1 �Replace hydraulic return filter : Tech 9618: Para : 6.5.4.2 Inspect electric motor : Tech 9618: Para : 6.5.4.3 Oil Sample : Tech 9618: Para : 6.5.6.1 Change Both winch assembly oil: Tech 9618: Para : 6.5.6.2 Inspect Sheaves : Tech 9618: Para : 6.5.6.3 Submit a CIR 2 Service and� Inspect 1 Electric Winch Assembly (Drum And Shaft, Traverse Mechanism, Junction Controller Box, Electric Motor, Hook Assembly, Etc.) 3.2.2 (Service and Inspect) D2.3 (Brakes and clutches. D2.4 (Open gearing and gear reducers) Submit a CFR. 3 Service and� Inspect 2 Wire Rope Assembly D2.2 (Wire rope assemblies) Wire rope particulars: Nominal diameter: 5/8 inch Minimum Breaking Strength: 56,040 lbs Total length of each wire rope required: 110 ft. End fitting type: Fiege Submit a CFR. 4 Groom and Lubricate 1 Dual Point Davit System 3.2.6 (Groom and Lubricate) 5 Weight Test 1 Dual Point Davit System B2.7.2 (Dual Point Davits) B2.7.2.1 Functional : No-load Operational test B2.7.2.3 Winch/Brake/Modified static load test B2.7.2.4 Dynamic load test B2.7.2.5 Rated load test Test weight particulars: Working Load Limit (11,000 lb). ""Modified static / Winch Brake"" test load: 16,500 pounds (150% of WLL: Two Wire Rope) �Dynamic Test Load: 13,750 pounds (125% of WLL) 6 Fabricate and Install 1 Label plate B2.9 (Label Plates) 7 Preserve 1 Dual Point Davit Assembly (including pedestal, foundation, and all previously/normally painted components or surfaces) N/A Preserve in accordance with Para 3.5 of this specification � 3.4� Special requirements for various components. None. 3.5� Touch-up preservation.� The Contractor shall prepare and coat all new and disturbed exterior and interior surfaces to match existing adjacent surfaces, in accordance with SFLC Std Spec 6310.� Abide by all touch-up requirements outlined in SFLC Std Spec 6310. 4.� NOTES 4.1 Pier Restrictions. Due to pier weight restrictions, shore-based crane services will not be allowed. For any weight handling, a suitable barge crane may be required. Any barge crane utilized in this project will be provided by the Contractor. 4.2 Base Access Requirements. Access to the Federal Law Enforcement Training Center (FLETC) requires submittal of access forms. Access forms take approximately two weeks to process and will be provided upon request. Base Access Requirements: Access to the Federal Law Enforcement Training Center (FLETC) requires submittal of access forms. The FTC-OSPR-17 and OF306 forms are required for all U.S. citizens. The 17A form is an additional form that is required for all foreign nationals (including naturalized citizens). FLETC requires 10-14 days for processing of applications for U.S. Citizens and up to 30 days for foreign nationals. In general, new contractors are provided with an initial 30-day badge. These 30 days are intended to provide time for the contractor to get fingerprinted and allows the CG time to process fingerprints (which typically takes 2 weeks). It is only after FLETC receives positive fingerprint results that they will provide a ""full-badge"" (which should last the duration of the contract). If and only if, the contract will last 5 days or less, only a FTC-OSPR-17Z needs to be submitted for each contractor that will need access to the facility. Contractors that will be onsite for longer than 5 days will need to follow the process outlined above. �Vendor will provide all labor and parts listed in the Schedule. NAICS Code #336611 applies to this procurement. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. No solicitation will be issued, however all responses received on/before 0700 AM PST for 70Z08520NP45A9900 �will be reviewed by the Government. A determination not to compete this proposed contract based on the responses to this notice is solely within the discretion of the Government. This notice of intent is NOT a request for competitive proposals. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. All questions concerning this notice must be submitted in writing the Purchasing Agent via email address is: ANTHONY.J.ANDALUZ@uscg.mil�������������� Primary Point of Contact.: SK3 ANTHONY ANDALUZ � Contracting Office Address: 1301 Clay St., Suite 800N Oakland, California 94612-5249 United States �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a3ab10dd79fd4d5cbeaa5b92d5e7924e/view)
 
Place of Performance
Address: North Charleston, SC 29405, USA
Zip Code: 29405
Country: USA
 
Record
SN05606808-F 20200403/200401230141 (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  © 1994-2020, Loren Data Corp.