Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2020 SAM #6931
SOLICITATION NOTICE

J -- REPAIR A LEAK IN THE FUEL OIL TRANSFER SYSTEM PIPING IN NORTH CHARLESTON, SC 29405

Notice Date
11/18/2020 11:11:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08521QP4541900
 
Response Due
11/27/2020 8:00:00 AM
 
Archive Date
12/12/2020
 
Point of Contact
William A. M. Sword, Phone: 5104375436, Anthony J. Andaluz, Phone: 5104375438
 
E-Mail Address
william.a.swordjr@uscg.mil, anthony.j.andaluz@uscg.mil
(william.a.swordjr@uscg.mil, anthony.j.andaluz@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 70Z08521QP4541900 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: �NOVEMBER 27TH, 2020 Time: 0800 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 11/20/2019. QUESTIONS: The last day to ask questions will be November 27th, 2020, 0800 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, 510-437-5436. 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. 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 70Z08521QP4541900 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: �NOVEMBER 27TH, 2020 Time: 0800 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 11/20/2019. QUESTIONS: The last day to ask questions will be November 27th, 2020, 0800 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, 510-437-5436. 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. The POP date is: 30DEC2020-01FEB2021 .� REQUIREMENTS 3.1� General. 3.1.1� CIR.� The Contractor shall submit a CIR for the inspections listed in the following paragraph(s): None. 3.1.2� Tech Rep.� None. 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: Oil and fuel in bilges around fuel manifolds. Deck plating. Miscellaneous piping. Flange spray shields Piping Electrical wiring Oily Water Separator (OWS) & Piping 3.1.5� Ship check.� Ship check by the Contractor is recommended before bidding to verify interferences associated with this Work Item. 3.1.6 �Fluid handling. �The Contractor shall remove and dispose of removed fluids from the affected piping system, in accordance with all applicable Federal, state, and local regulations. 3.1.7 �Piping isolation. �The Contractor shall disconnect flange connections and install blanks (with gaskets) as required to isolate the fuel oil transfer piping. �Remove blanks, reconnect flanges, and renew any disturbed gaskets. 3.1.8 �Bilge cleaning. �The Contractor shall pressure wash and clean bilge areas in way of the fuel leak to allow for gas free certification and hot work in the area. 3.1.9� Deck plates.� Remove and reinstall deck plates as required to perform piping repairs. 3.1.10� Hotwork � Conduct all hotwork in accordance with SFLC Std Spec 074.� All welds shall be continuous, 100% efficient welds. 3.2� Background information.� Ship�s force has identified a leak in the fuel oil transfer piping.� Ships force discovered a leak on a section of fuel transfer system piping on the Port Side of the Auxiliary Machinery Room (5-36-01-E).� The leak is on a six inch section of piping on the suction side of the fuel overflow tank line between valve FT-V-4-44-6 (i.e. FT-V-052) and valves FT-V 4-36-2 (i.e. FT-V-051) and FT-V- 4-36-4 (i.e. FT-V-050).� Ships Force applied a Jubilee patch to temporarily stop the leak. �The Contractor shall perform permanent repairs by installing new piping section. NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.3 �Operational test, initial. Prior to commencement of work, the Contractor shall witness Coast Guard personnel perform an initial operational test of all items or shipboard devices to be disturbed, used, repaired, or altered, to demonstrate existing operational condition. Submit a CFR. 3.4� Fuel piping renew.� Accompanied by the Coast Guard Inspector, the Contractor shall inspect the piping which has been identified as leaking.� Identify and mark the piping which requires renewal. 3.4.1� The contractor shall crop and renew approximately six inch section of piping on the suction side of the fuel overflow tank line between valve FT-V-4-44-6 (i.e. FT-V-052) and valves FT-V 4-36-2 (i.e. FT-V-051) and FT-V- 4-36-4 (i.e. FT-V-050).� Drain and dispose of the fuel from the affected piping.� Ship�s force will assist in transferring fuel to allow draining of the affected piping. �Piping arrangement and details are provided in Coast Guard Drawings 750-WMSL-540-001 and 750-WMSL-540-021. 3.4.2� Break flange connections at the fuel manifolds and all other locations as required to isolate the fuel piping.� Install gasketed blank flanges at each end of each broken flange line to prevent draining fuel to bilges or contaminating fuel transfer system. 3.4.3� Drain and dispose of any fuel remaining in the fuel piping after ship�s force has completed transferring fuel.� Do not allow the fuel to drain to the bilges.� Catch and dispose of the remaining fuel. 3.4.4� Provide new gaskets and bolting at each connection.� Follow material guidance Coast Guard Drawing 750-WMSL-540-001. 3.4.5� Provide and install new flange spray shields on all flange connections associated with piping repair.� For bidding purposes, approximately 5 new spray shields are involved. 3.5� Welding examinations.� In the presence of the Coast Guard Inspector, visually inspect and conduct a dye penetrant (PT) inspection of the all new connections in accordance with SFLC Std Spec 0740.� 3.6 �Hydrostatic test. After all authorized repairs, the Contractor shall hydrostatically test all new and disturbed piping and components in accordance with SFLC Std Spec 0740, Appendix C, Hydrostatic Test. Ensure zero leakage from or permanent deformation of pressure-containing parts by repairing all leaks, deformations, and discrepancies. Submit a CFR. 3.6.1� Follow pressure guidance in the Piping Design Table of Coast Guard Drawing 750-WMSL-750-540-001, Sheet 1.� Test pressure is 270 psig.� The Contractor shall use DFM as the test medium to prevent contaminating the fuel fill lines. NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.7 �Operational test, post repairs. After completion of work, the Contractor shall thoroughly test, in the presence of the Coast Guard Inspector and demonstrate all items or shipboard devices that have been disturbed, used, repaired, altered, or installed to be in satisfactory operating condition. Submit a CFR. 3.8 �Piping insulation renewal. The Contractor shall renew existing piping insulation for the designated potable water system piping using Coast Guard Drawing(s) 750-WMSL-508-001 as guidance. 3.9� Touch-up preservation, general. The Contractor shall prepare and coat all new and disturbed exterior and interior surfaces, as applicable, to match existing adjacent surfaces in accordance with SFLC Std Spec 6310, paragraph 3.1.13 (Touch-ups and minor coating repairs).� Coat the newly installed insulation system in accordance with SFLC Std Spec 6310, Appendix B (Cutter and Boat Interior Painting Systems). 4.� NOTES This section is not applicable to this work item.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2292514424294a81a53da43f39b1ba8a/view)
 
Place of Performance
Address: North Charleston, SC 29405, USA
Zip Code: 29405
Country: USA
 
Record
SN05855731-F 20201120/201118230142 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.