Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

J -- CGC JAMES NR 1 AC UNIT

Notice Date
3/4/2022 10:52:56 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
70Z08522PLREP15608
 
Response Due
3/21/2022 8:00:00 AM
 
Archive Date
04/05/2022
 
Point of Contact
Emily Greenhouse, Phone: 5104375754, Barbara Falero, Phone: 5104375437
 
E-Mail Address
emily.e.greenhouse@uscg.mil, barbara.falero@uscg.mil
(emily.e.greenhouse@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 70Z0-8522-Q-LREP15608-00 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 2005-65 dated January 29, 2013. The NAICS Code is 333618. 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. Past Performance will be considered when evaluating vendors. The United States Coast Guard Surface Force Logistics Center has a requirement for the following SERVICES for CGC JAMES: ITEM 1: Air Conditioning Condenser, Repair 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to renew 140 damaged tubes on the Air Conditioning condensers, clean and conduct an eddy current inspection on the #1A and #1B condensers, flush the refrigerant side of the #1A and #1B circuit, renew or overhaul various components on the refrigerant side of the #1A and #1B circuit, dehydrate, renew or overhaul the valves in paragraph 1.1.1 and restore all the plants back to service. Location of work is Air Conditioning Equipment Room, Compartment 3-22-0-Q. The USCG estimates that the #1A and #1B circuits were exposed to seawater for over a month. 1.1.1 Valves for overhaul or renewal. TYPE SIZE (Inches) DESCRIPTION VALVE NO / LOCATION 3-Way 3 A/C Cond #1A S/W Regulating SW1A-V-032 / SW1A-V-3-25-1 3-Way 3 A/C Cond #1B S/W Regulating SW1B-V-032 / SW1B-V-3-25-23 1.2 Government-furnished property.� MTI ITEM DESCRIPTION NSN/PN QTY ESTIMATED COST ($/UNIT) Y 90/10 Cu/Ni -3/4� x 96 enhanced tubes PN: 0034948 216 ea. 26,586.00 Y York Semi-hermetic screw compressor PN: YCWS 2 ea 69,474.00 N Rebuild kit -K-MDFPM-3-3W Rev A U/M EA - REBUILD KIT 3"" 3-WAY MDFPM SERIES PN: K-MDFPM-3 2 ea. $900.00 *Government-loaned property, which must be returned to the vessel upon completion of the availability. 2. REFERENCES Coast Guard Drawings Coast Guard Drawing 750 WMSL 508-001, Rev C, Piping and Machinery Insulation Schedule and L/M Coast Guard Drawing 750 WMSL 516-001, Rev E, A/C & Refrigeration Piping Diagram Coast Guard Drawing 750-WMSL_520_001, Rev H, Seawater Cooling System Diagram (ASC520001) Coast Guard Drawing 750-WMSL-520-004, Rev E, Salt Water Cooling Unit 1320 (ASC520132-SW) Coast Guard Drawing 750-WMSL_520_506, Rev E, Auxiliary Seawater Piping Mods FWD of FR 52. Coast Guard Publications Coast Guard Technical Publication (TP) 7608, SWBS 514, February 2012, York/Thermaflo Oz Saver Portable Refrigerant Recovery Unit, Model 4000 (418 WMSL) Coast Guard Technical Publication (TP) S9514-F1-MMA-010, SWBS 514, Jan 2012, Air Cond Plant HFC-134A 130 Ton Capacity Description, Operation and Maintenance Manual Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020, General Requirements Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2020, Welding and Allied Processes Surface Forces Logistics Center Standard Specification 5000 (SFLC Std Spec 5000), 2020, Auxiliary Machine Systems Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2020, Requirements for Preservation of Ship Structures Other References American Society of Mechanical Engineers (ASME) B16.34, 2017, Valves-Flanged, Threaded, and Welding End ASTM International (ASTM) F992, 2017, Standard Specification for Valve Label Plates ASME/BPVC Section V, Jul 2021, Section V Nondestructive Examination Ketema LP, Sep 2002, DXT Direct Expansion Evaporator Installation, Operation, and Maintenance Instructions. 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. None. 3.1.2 Air Conditioning Tech Rep. The Contractor must provide the services of a certified Tech Rep, who is familiar with the York HFC-134A 130 Ton Air Conditioning Plant to accomplish the following tasks � on site: Provide manufacturer's proprietary information, software, and tools pertinent to the equipment/system. Assist with proper repair methods, and ensure compliance with manufacturer's procedures and standards during disassembly, inspection, repair, modification, calibration, and reassembly of the equipment/system. The Tech Rep must be present in all aspects of this work item. 3.1.2.1 Submit the Tech Rep�s name and r�sum� to the COR at the Arrival Conference. 3.1.3 Eddy Current Tech Rep. The Contractor must provide the services of a certified Tech Rep, who is familiar with eddy current testing and can demonstrate ASNT-TC-1A certification Level 2. to accomplish the following tasks � on site: Eddy current testing 3.1.3.1 Submit the Tech Rep�s name, certification documentation and r�sum� to the COR at the Arrival Conference. 3.1.4 Protective measures. The Contractor must 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 must remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness. 3.1.4.1 Protective measures - environmental. The Contractor must abide by all applicable environmental protection tasks as specified in paragraph in SFLC Std Spec 0000, Appendix A (Requirements for Environmental Protection). 3.1.4.2 Protective measures � refrigerant. The Contractor must take all necessary precautions to prevent introduction of contaminants and moisture into refrigeration system piping and components by sealing all openings. 3.1.5 Interferences. The Contractor must 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: Plant piping & fittings Refrigerant (134a) Lagging Work benches 3.1.6 Refrigerant handling. 3.1.6.1 Personnel qualification. The Contractor must provide the COR documentation that ensure all prime and sub contractors servicing refrigerant-based Air Conditioning and Refrigeration (AC&R) equipment hold a current Environmental Protection Agency (EPA) Technician Certification, Type IV (Universal Certification), and meet all State and local regulations and licensing requirements. 3.1.6.2 Refrigerant draining and recovery. The Contractor must ensure all vessels� Air Conditioning Plant refrigerant is drained, recovered and disposed of in accordance with all Federal, state and local environmental regulations. 3.1.7 Repair plan. The Contractor must supply a written plan of work to the COR at least 24 hours in advance of beginning work. Plan must include sequencing of work, flushing procedures, source of supply for the renewal and overhaul parts and any planned deviations from this work item. 3.1.8 Guidance. The Contractor must refer to CG Drawing 750 WMSL 516-001 for requirements, location and shipboard arrangement. The Contractor must refer to CG TP S9514-F1-MMA-010, for general & safety information, parts, operation and maintenance procedures. 3.1.9 Safety. The Contractor must familiarize themselves with and comply with applicable Warning, Caution and Attention notes invoked in CG TP S9514-F1-MMA-010, SWBS 514, Jan 2012, Air Conditioning Plant HFC-134A 130 Ton Capacity Description, Operation and Maintenance Manual. 3.1.10 Rigging. Contractor is responsible for all rigging operations. Pull test all installed padeyes in accordance with SFLC Standard Spec 5000. 3.1.11 Vital Loop. Contractor must keep one AC compressor from the #2 or #3 AC Plant operating at all times. This will require installing blank flanges in the condenser supply and discharge piping for AC Plant #1. The Contractor may bring down the AC plant for no more than an hour at a time to install the necessary blanks. 3.2 Operational test - initial. Prior to commencement of work, the Contractor must 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. 3.2.1 The Contractor must submit an operational report following startup utilizing figure 2-16 of TP S9514-F1-MMA-010. 3.2.2 Initial operational test of the Air Conditioners can be waived if operating the AC plant will risk personnel safety and/or further damage to the system. Submit a CFR for this request for COR review. 3.3 Refrigerant evacuation. The Contractor must evacuate refrigerant (134a) from the 130-Ton Air Conditioning Plant using a recovery and charging unit similar to York/Thermaflo Oz Saver Portable Refrigeration Recovery Unit Model 4000. When using this unit the Contractor must comply with all the safety and procedural requirements contained in CG Tech Pub 7608, as well as, those applicable requirements contained in CG TP S9514-F1-MMA-010. Should a different Recovery Unit be used, CG TP S9514-F1-MMA-010 and CG TP 7608 safety and procedural requirements must be augmented with those manufacture requirements unique to that particular recovery unit, and must be approved by COR prior to use. 3.3.1. The Contractor must drain the lube oil from Compressor and the Oil Separator/Reservoir and dispose of it in accordance with the local, state and Federal regulations. The Contractor must also inspect the oil removed for any evidence of contamination such as water and any solid particles. Submit a CFR to the COR. 3.4 Eddy Current Testing. Prior to renewal of any piping, the Contractor must clean all tubes and provide eddy current testing for all tubes for the #1A and #1B condensers. Submit CFRs for all requested information. 3.4.1 The Contractor must provide the COR with calibration documentation for their eddy current equipment that demonstrates compliance with ASME Code, Section V, Article 8-SE243. 3.4.2. The Contractor must document each tubes erosion/corrosion in a diagram format as well as a table of data including percent tube wall thickness loss and remaining wall thickness. 3.4.3 The Contractor must provide recommendations for the renewal of tubes based on thickness loss. 3.5 Condenser tube renewal. The Contractor must renew 140 tubes across the #1A and #1B condensers based upon results from the Eddy Current Testing. Model information for the condensers is show in in Table 1. Follow the procedures for removal of the tubes, prepping of the tube sheets, and installation of new tubes, outlined in the CG Tech Pub S9514-F1-MMA-010, Section 6-7. The Contractor must also follow all necessary steps outlined in the same Tech Pub to keep contaminants such as metal shavings out of the system during the tube renewal process. 3.5.1 The Contractor must reinstall condenser end bells, piping and components disturbed in accomplishing this work item using new gaskets and seals. 3.5.2 �In the presence of the Coast Guard inspector, The Contractor must pressure test the tube side of the condenser at 150% of its design working pressure to ensure effectiveness of the repairs performed. Submit a CFR to the COR. 3.5.3. Clean all fouling on the inside of the end bells down to bare metal. Visually inspect the end bells in the presence of a Coast Guard Inspector. Table 1 Fuctional Service Manufacturer Model number notes Air Conditioning Unit Condenser KETEMA MHX-1208A-2P Each condenser contains 106 tubes 3.6 Borescope Inspection. The Contractor must provide a borescope inspection for the #1A and #1B refrigeration circuits that includes the following components: Condenser barrel Oil Separator Compressor Piping leading to and from these components Refrigerant side of evaporator 3.7 A/C plants flush. The Contractor must plan and execute a flush of the refrigerant circuit for the #1A and #1B AC plant. This plan must be approved by the COR prior to execution. Components that are being renewed or overhauled do not need to be flushed. The flush must accomplish the following tasks: Remove particulate contamination Remove rust Remove saltwater residue and growth Uses techniques and materials that are compatible with the AC system. Include a 10 micron filter somewhere in the flushing circuit Remove contamination� in the evaporator tubes mechanically 3.8 Component Renewal. The Contractor must renew the following components of refrigeration circuit #1A and #1B in accordance with TPS9514-F1-MMA-010. Any brazing on the A/C unit requires the AC Tech Rep on site to oversee the nitrogen purge during brazing. Comply with all requirements of SFLC Standard Spec 0740 Table 2 Component Dwg 077-18317-001 Item Number Quantity York Part Number Manufacturer/Model Compressor, Screw Semi-Hermetic 2 2 364-49094-215 York DXS45LA-A46/50 Separator, Oil, Right Hand 3 2 075-56077-001 Westermeyer OS6-I5R Separator, Oil, Left Hand 4 2 075-56077-002 Westermeyer OS6-I5L Control, High Refrigerant Pressure 9 2 025-35948-000 Alco PS3-XF5HNB297 Transducer, Suction Pressure 15 2 025-29583-000 Danfoss 060G2154 Transducer, Discharge Pressure 16 2 025-29139-001 Danfoss 060G2153 Transducer, Oil Pressure 17 2 025-29139-001 Danfoss 060G2153 Valve, Solenoid, Liquid Refrigerant Injection 26 2 025-00245-000 Danfoss 032F4023 Valve, Solenoid, Capacity Control 27 2 025-33205-000 NA Core, Dehydrator* 30 6 026-37540-000 Emerson HX-48 Indicator, Moisture, Cartridge 42 4 026-32800-000 Sporlan AC-20 *The Contractor must remove all rust from the steel components of the STAS retainer assembly. See figure 2. 3.9 Component Overhaul. The Contractor must overhaul the following components in refrigeration circuits #1A and #1B in accordance with TPS9514-F1-MMA-010: 3.9.1 Evaporator Thermal Expansion Valve (PC 23, Dwg 077-18317-001) � renew the cage assembly (PN: X9144B13B), the power head assembly (PN: XC-726MC2B) and the superheat plug (PC: X28124-1), the gasket (PN: X13455-1). The Contractor must also supply the packing nut wrench (PN: E642). 3.9.2 Economizer Thermal Expansion Valve (PC 24, DWG 077-18317-001) � renew the cage assembly (PN: X11873B5B), the power head assembly (PN: XB-1019MC1B), the superheat plug (PN: X28124-1), the gasket (PN: X13455-1) and the packing nut wrench (PN: E642). 3.9.3 Main Liquid Line Solenoid Valve (PC 25, DWG 077-18317-001) � renew internal components using the Solenoid Valve Repair Kit (PN: KS30325) 3.9.4 Air Compressor Discharge Valve � Disassemble valve and mechanically remove all internal rust. 3.10 Contractor�s option for valve overhaul. The Contractor must accomplish the following as required for each water regulating valve. Overhaul kits are only provided as GFP for the 3-way regulating valves. 3.10.1 Removal. The Contractor must remove valves designated for overhaul. Immediately after valve removal, install blank flanges and gaskets over all openings and secure each flange with a minimum of two bolts, 180 degrees apart. Visually inspect associated flanges and piping; submit a CFR. 3.10.2 Disassemble. The Contractor must disassemble the valve to the extent necessary to perform the required work. NOTE Complete disassembly of some valves may not be necessary to accomplish overhaul. 3.10.3 Clean. The Contractor must clean all internal surfaces and visually inspect for defects in body and structural material. Inspect the surface finish and condition of seats, disks, parting faces, plugs, and sealing surfaces. 3.10.4 Reassemble. The Contractor must reassemble the valve using new hardware and software (packing, O-rings, gaskets, seal rings, non-metallic seats, pins, washers, inserts, etc.). 3.10.7 Valve reinstallation/installation. Upon completion of valve overhaul, the Contractor must accomplish the following: Remove and dispose of all blank flanges and associated gaskets. Reinstall/install all overhauled and new valves with new gaskets. Renew valve label plates. Renew all bolting hardware. 3.10.8 Valve labeling. The Contractor must install valve label plates on all new valves in accordance with ASTM F992. 3.10.9 Pipe flushing. The Contractor must flush all new and disturbed piping with clean fresh water until all debris is removed but no longer than five minutes. Ensure flushing fluid is directed to move scale and foreign debris away from installed machinery to prevent possible damage upon operational testing. Submit a CFR documenting date and time of flushing process and level of pipe cleanliness. 3.10.10 Pipe labeling. The Contractor must stencil the following onto the pipe/lagging surfaces: Name of the piping system service. Destination, where feasible. Direction of flow, indicated by an arrow three inches long pointing away from the lettering (for reversible flow, point an arrow away from each end of the lettering). 3.10.10.1 Ensure all lettering and arrow(s) are as follows: In general, black color except white for dark-colored piping. Applied in conspicuous locations and preferably near control valves. 3.11 Post-work Leak Test. The Contractor must perform a leak test of overhauled valves and a leak test of AC system in accordance with Paragraph 6-2.1 of TP S9514-F1-MMA-010 upon completion of all work. The Contractor is responsible for repairing any leaks from equipment that they disturbed over the course of the work. Report results via a CFR. 3.12 A/C plants. The Contractor must restore all of the affected systems to original configuration. Renew the refrigerant, oil, oil filter cartridge, and all liquid line filter/drier core. 3.12.1 Charging Refrigerant. Upon completion of a successful leak test, the Contractor must charge refrigerant to the unit in accordance with Paragraph 6-2.3 of TP S9514-F1-MMA-010 in the presence of a CG Inspector. 3.12.2 Prior to charging the refrigerant, the system must be pulled down to a vacuum below 500 microns for at least 5 minutes. This may be done separately or simultaneously with the vacuum requirements in TP S9514-F1-MMA-010 3.13 Operational test � post repairs. After completion of work, in the presence of the Coast Guard Inspector, the Contractor must thoroughly test 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 to the COR. 3.13.1 The Contractor must submit an operational report following startup utilizing figure 2-16 of TP S9514-F1-MMA-010. 3.13.2 The Contractor must install additional drier cores as needed after the initial start to ensure the system is dry and free of acids and moisture. 3.13.3 The Contractor must collect two oil samples from the compressor oil after startup. One sample must be tested per C2.1.3.1 of SFLC Std Spec 5000 and one must be provided to the COR. Submit a CFR to the COR. 3.14 Touch-up preservation, general. The Contractor must 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.) 3.15 Piping insulation renewal.� The Contractor must renew pipe insulations that have been removed or cut while performing this Work Item. Install new insulation in accordance with CG Drawing 750 WMSL 508-001. 3.15.1 Coat the newly installed insulation system in accordance with SFLC Std Spec 6310, Appendix B (Cutter and Boat Interior Painting Systems). 4. NOTES FIGURE 1. Air conditioning plant configuration � Figure 2. Filter Assembly PRIMARY POP: 22MAR2022-22APR2022 SECONDARY POP: 28MAR2022-28APR2022 If there are parts to ship please see below. Shipping charges and lead time to North Charleston, SC> 29405 ***Include ALL shipping fees in the total cost.*** ***REFER TO DETAILED SCOPE OF WORK ATTACHED*** ***Drawings will be provided upon request if there are requirements for this solicitation.*** Questions and quotes shall be emailed to Emily.E.Greenhouse@uscg.mil and BARBARA.FALERO@uscgmil . Contractors are responsible for verifying receipt of quotes. INTERESTED VENDORS PLEASE SIGN AN OFFICIAL QUOTE WITH A SAM.GOV REGISTERED DUNS NUMBER AND EMAIL TO Emily.E.Greenhouse@uscg.mil and �BARBARA.FALERO @uscgmil .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/55d70c9e757946a09deea7e0f59f2266/view)
 
Place of Performance
Address: North Charleston, SC 29405, USA
Zip Code: 29405
Country: USA
 
Record
SN06257544-F 20220306/220304230100 (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.