Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2024 SAM #8222
SOLICITATION NOTICE

J -- CGC CHOCK ASW ULTRASONIC AF SYSTEM PROTOTYPE

Notice Date
5/30/2024 10:34:38 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
70Z08524P04503
 
Response Due
6/14/2024 8:00:00 AM
 
Archive Date
06/14/2024
 
Point of Contact
BRENDEN COX, Phone: 12068315347, KYLER FISK, Phone: 9492881271
 
E-Mail Address
BRENDEN.S.COX@USCG.MIL, KYLER.C.FISK@USCG.MIL
(BRENDEN.S.COX@USCG.MIL, KYLER.C.FISK@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/services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. 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 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. The United States Coast Guard Surface Force Logistics Center has a requirement for the following: The CTR shall provide:�This specification covers procurement and installation of one (1) prototype ultrasonic antifouling (AF) system for protection of Hull, Keel Coolers (qty-3), Sea Chest (and associated seawater piping to shipboard hull/skin valve). Prototype to be installed on Coast Guard Cutter USCGC CHOCK (WYTL 65602) homeported in 2401 Hawkins PT RD Baltimore, MD 21226. Purpose is to determine effectiveness of AF system in protecting cutter hull from marine growth during layup. Hardware and component items (per ship set) covered by this specification are as follows: ? One (1) ultrasound AF system including appropriate number of transducers needed to protect hull, Sea Chest, Main Engine & Generator keel coolers as well as sea water piping from sea chest to shipboard hull/skin valve from marine growth, both hard & soft. System to include needed transducers and wiring and controls. ? Vendor shall supply necessary technical documentation needed to install, test, operate, maintain and train users. This may include needed combination of technical manuals, drawings and videos. While Vendor is responsible for initial prototype installation, technical support documentation supplied to Coast Guard shall be sufficient to support subsequent installations on other cutters in 65� WLM Fleet (I.e., another 10 cutters). ? Vendor on-site technical support shall provide for installation, training, system testing, and certification of final installation. ? The Vendor shall provide detailed maintenance parts lists and a recommended onboard repair parts (OBRP) list for all components. 2.0 APPLICABLE DOCUMENTS 2.1 Document Availability � To obtain the referenced documents, see Section 6.2. 2.2 Government Documents - The following specification and standards form a part of this specification to the extent specified herein. Unless otherwise specified, the documents listed here by number and date shall be those in the current Department of Defense Index of Specifications and Standards (DODISS) and supplements therein. 2.2.1 Specifications, Military a. None 2.2.2 Standards, Military a. None 2.3 Other Government Documents - The following documents form a part of this specification to the extent specified herein. The documents listed shall be by title and effective date, unless otherwise documented. 2.3.1 Code of Federal Regulations (CFR) USCG SFLC � Ultrasonic Antifouling System REVISION: 0 4 a. None 2.3.2 USCG Surface Forces Logistics Center (SFLC) Drawings Dwg. No. Rev. Title 65 WYT 101-016 A 65 FT HARBOR TUG BOAT, DIAG ARRGT of FIREMAIN & BILGE SYS 65 WYT 103-003 A 65 FT STEEL TUG BOAT, BOOKLET OF GENERAL PLANS (WYTL 65613 � 65615) 65 WYT 1101-001 E 65 FT STEEL TUG BOAT, CONSTRUCTION PLAN, SHELL EXP & SECT (WYTL 65607 � 65612) 65 WYT 3802-005 B CHILLED AND SEAWATER PIPING SYSTEM MODIFICATIONS TO SUIT AC UPGRADES 65 WYT 4103-006 - GENERATOR DIESEL COOLING SYSTEM MODIFICATIONS FOR ONAN 25KW SSDG 65 WYT 4103-001 - ENGINE COOLING SYSTEMS 65B WYT 4800-003 B 65 FT STEEL TUG BOAT, PIPING SYSTEM DIAGS (WYTL 65613 � 65615) 65B WYT 4823-001 B 65 FT STEEL TUG BOAT , SEA CONNECTIONS (WYTL 65607 � 65612) 65B WYT 4823-002 A 65 FT STEEL TUG BOAT, SEA CONNECTIONS (WYTL 65613 � 65615) 65 WYT 6201-003 D 12/24 VDC ELECTRICAL SYST. DIAGRAMMATIC 2.3.3 USCG Surface Forces Logistics Center (SFLC) Documents USCG SFLC � Ultrasonic Antifouling System REVISION: 0 5 (NOTE: This prototype procurement is for just one hull. For fleet purchases subsequent procurement specifications will include specifications for Packaging & Marking and Technical Documentation) a. Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020, General Requirements b. Surface Forces Logistics Center Standard Specification 3041 (SFLC Std Spec 3041), 2020, Shipboard Electrical Cable Test c. Surface Forces Logistics Center Standard Specification 3042 (SFLC Std Spec 3042), 2020, Shipboard Electrical Cable Removal, Relocation, Splice, Repair, and Installation USCG 2.4 Commercial Documents - The Following documents form a part of this specification to the extent specified here. The documents shall be the version listed by number and date from the referenced industry organization. Commercial documents may be listed in the Department of Defense Index of specifications and Standards (DODISS). (NOTE: This prototype procurement is for just one hull. For subsequent fleet purchases procurement specifications may include specification of industrial/commercial standards.) 2.4.1 American National Standards Institute (ANSI) / National Conference of Standards Laboratories (NSCL) a. None. 2.4.2American Society for Quality Control (ASQC) a. None. 2.5. Order of Precedence - In the event of a conflict between the text of this Specification and the references cited herein, this Specification shall take precedence. The Vendor is required to notify the Contracting Officer (KO) in writing for a resolution of any ambiguity or conflict found in these specifications. 3.0 REQUIREMENTS The Vendor shall provide all labor and material to supply, install, test and support (including installation training video & associated written documentation) prototype ultrasonic anti-fouling (AF) system. Prototype AF System is to be installed on Coast Guard Cutter USCGC CHOCK (WYTL 65602) 2401 Hawkins PT RD Baltimore, MD 21226. Following successful prototype results Coast Guard anticipates selective installations other 65� WYTL Class Cutters (Qty- 10). Using Vendor�s supporting documentation (including training video) Coast Guard intends to accomplish installation using in-house resources. NOTE: Coast Guard will ensure that Cutter has cleaned those surfaces to be protected by ultrasonic anti-fouling system. USCG SFLC � Ultrasonic Antifouling System REVISION: 0 6 3.1 General Requirements � The ultrasonic anti-fouling system shall have the following salient features and protect the following: a. AF system shall be designed to protect sea water wetted surfaces involving hull, sea chest, keel coolers (qty-3) and seawater piping to first inboard hull/skin valve from soft marine growth. Affected areas are shown in following figures: 1. Hull. Refer to Figures: 1A, 1B, 2A, 2B, 8A & 8B. 2. Sea Chest. Refer to Figures: 1A, 3A, 3B, 3C, 4, & 7A. 3. Keel Coolers. Refer to Figures 5A, 5B, 6A, 6B & 7B. 4. Seawater Piping to first inboard hull/skin valve. Refer to Fig 4 & 7A. NOTE: AF System is not intended to target propeller or propeller shaft protection. 3.1.1 Installation a. The Contractor must be responsible for all installation support devices and test equipment to accomplish the Ultrasonic antifouling system installation. b. All electrical work must be accomplished in accordance with SFLC Std Spec 3042 and test cables in accordance with SFLC Std Spec 3041. c. Use Marine low smoke cable size #14/2 AWG, type LS2JS-14 to connect 24VDC power supply source to the control panel. d. Refer to the Coast Guard Drawing 65-WYT-6201-3 for the power connection to a spare circuit breaker (CB) of the 24 VDC at the MMS Power Panel at the Engine Room or 12VDC at the Pilot House Power Panel. e. The On/Off power with a safety cover switch is required out-off walking traffic to prevent the power unintentionally being turnedoff. 3.2. Training As part of Prototype AF System installation, Vendor shall provide onboard training to ship�s personnel. The training shall include but is not limited to: a. Preparation of an installation video to be used by ships personnel or shore side augmentation group for subsequent installations on other Coast Guard Cutters. b. Review with ships personnel Vendor technical manual or written documentation for installation, operation & maintenance of ultrasonic system. c. Review with ships personnel material specifications repair/maintenance instructions (e.g., replacing defective transducers, switches, indicator lights). USCG SFLC � Ultrasonic Antifouling System REVISION: 0 7 3.3 Field Services Included in the cost of the equipment shall be the services of a field service engineer/technician accomplishing installation, set-up, testing, and hand off of system to operators. The Vendor shall specify in the quotation a fixed price for the number of man hours / man days and travel included to accomplish this support. a. All travel associated costs (airfares, car rentals, mileage, lodging, per diems, etc.) for the number of man hours/man days of technical services included in the quotation are to be included in the quotation. b. An additional day rate for any potential future field service support required outside of any required warranty work. The quoted rate shall be good for one year after installation of prototype ultrasonic AF system. 3.4 Departure From Specification � Departure from the specifications will not be allowed unless there is a direct benefit to the Government. a. If the Vendor finds it necessary to change or depart from the applicable requirements, he must request permission to do so from the Contracting Officer (KO) at the earliest possible time. b. Requests by the Vendor for changes shall clearly describe the changes proposed, the reason for, and the advantages of the changes proposed. Also to be included is a detailed list of additional costs or savings (if any) that would result. c. If the proposed change involves the substitution of another material or method for one specifically required, the complete Specification(s) covering the requested method or material shall be submitted. 4.0 Not Used 5.0 Not Used 6.0 NOTES 6.1. Potential Sources - Manufacturers capable of meeting the technical requirements of this Specification are as follows but are not limited to the following: a. Hull Shield b. Sonihull 6.2 Government and Commercial Document Sources 6.2.1Government Documents USCG SFLC � Ultrasonic Antifouling System REVISION: 0 8 a. USCG Surface Forces Logistics Center 2401 Hawkins Point Road Baltimore, MD. 21226-5000 ATTN: SFLC-ESD-NAME-AUX SYS 410-762-6803 7.0 SHIPPING ADDRESS Ship all deliverables to following address: USCGC CHOCK (WYTL 65602) 2401 Hawkins Point Rd Baltimore, MD 21226-1797 OIC BMC Luke M. Villaluz 206-861-3441 EPO MK1 Juan A Caraballo 631-793-5374 8.0 GOVERNMENT POINT OF CONTACTS (POC) 8.1. Technical POC: Canh Vu, SFLC Alameda, 408-910-2307, email: canh.v.vu@uscg.mil; Alternate: James Kennedy, SFLC Alameda, 707-319-7508, email: james.b.kennedy@uscg.mil 8.2. Asset Manager: CWO3 Kenneth Glover, 571-607-2252, email: Kenneth.a.glover@uscg.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/00e9e086eff74a5488e0a98c028b4247/view)
 
Place of Performance
Address: Carvel Beach, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN07080852-F 20240601/240530230054 (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.