Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

20 -- CGC MIDGETT LINE SCUTTLES REPLACE

Notice Date
6/17/2024 12:26:28 PM
 
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
70Z08524PR0005692
 
Response Due
7/2/2024 8:00:00 AM
 
Archive Date
07/02/2024
 
Point of Contact
GEORGE, JERAMYAH, Phone: 5104375436, BRENDEN COX, Phone: 12068315347
 
E-Mail Address
JERAMYAH.W.GEORGE@USCG.MIL, BRENDEN.S.COX@USCG.MIL
(JERAMYAH.W.GEORGE@USCG.MIL, BRENDEN.S.COX@USCG.MIL)
 
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. Request for Quotations number is 70Z08524PR0005692 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 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. All responses from interested vendors must be�received on/before 1200pm Pacific Time, Sep 27th, 2023, and will be reviewed by the Government. �� The United States Coast Guard Surface Force Logistics Center has a requirement for the following: The CTR shall provide: SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to renew quick-acting watertight scuttles listed in Table 1 with Government-furnished property in Table 2. TABLE 1� RAISED QUICK-ACTING WATERTIGHT SCUTTLE 12 INCH DIAMETER CLOSURE ID LOCATION DESCRIPTION RQAWTS 1-93-1 Weather 1-93-1 to Boatswain Storeroom 2-88-1-A 12 in D Raised Quick-Acting Watertight Scuttle, w/ Coaming 12in x 3/16in, Steel, Aft Hinge, 15 psi RQAWTS 1-93-2 Weather 1-93-2 to DC Storeroom 2-88-2-A � 12 in D Raised Quick-Acting Watertight Scuttle, w/ Coaming 12in x 3/16in, Steel, Aft Hinge, 15 psi Note : All information is for bidding purposes only. 1.2 Government-furnished property. TABLE 2 GOVERNMENT FURNISHED PROPERTY MTI ITEM DESCRIPTION NSN/PN QTY PRICE ($/UNIT) N 12 in D Raised Quick-Acting Watertight Scuttle, w/ Coaming 12in x 3/16in, Steel, 15 psi Note : *New or refurbished equipment that the Government may provide for installation in place of existing equipment. 2. REFERENCES Coast Guard Drawings Coast Guard Drawing 418A-WMSL-100-001, Rev B, General Arrangements Coast Guard Drawing 750-WMSL-100-045, Rev K, 2nd Dk to Main Dk - Fr 82 to Aft (ASC100333) Coast Guard Drawing 750-WMSL-167-007, Rev C, Hatch & Scuttle List Ship Wide, NSC 3 and Follow (AS3167003) Coast Guard Drawing 750-WMSL-635-002, Rev K, Insulation Arr & Details Thermal, Acoustic, & Fire (ASC635002) Coast Guard Drawing 750-WMSL-635-502, Rev -, Insulation Arr & Details Thermal, Acoustic, & Fire (WMSL 754 & Follow) NAVSEA Drawing 803-1623053, Rev -, Scuttle, WT, Raised, Quick Acting, 12 Dia 15 psi-Arrangement NAVSEA Drawing 803-5184182, Rev B, Insulation, Passive Fire Protection- Installation Details NAVSEA Drawing 804-5773931, Rev A, Acoustic & Thermal Insulation for Compartments Installation Details Coast Guard Publications 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 6310 (SFLC Std Spec 6310), 2020, Requirements for Preservation of Ship Structures Other References American Society for Nondestructive Testing (ASNT), Recommended Practice No. SNT-TC-1A, 2020, Personnel Qualification and Certification in Nondestructive Testing American Society for Nondestructive Testing (ASNT), Standard No. ANSI/ASNT CP-189-2020, 2020, ASNT Standard for Qualification and Certification of Nondestructive Testing Personnel American Welding Society (AWS) D1.1/D1.1M, 2020, Structural Welding Code � Steel MIL-PRF-900, 2020, Rubber Gasket Material, 45 Durometer Hardness MIL-PRF-1149E, 2019, Gasket Materials, Synthetic Rubber, 50 and 65 Durometer Hardness MIL-STD-1689A, 1990, Fabrication, Welding, and Inspection of Ships Structure The Society for Protective Coatings (SSPC) Surface Preparation Specification No.11 (SSPC-SP 11), 2020, Bare Metal Power Tool Cleaning NOTE For Navy�s Drawings, Documents, or any other References under ""DISTRIBUTION STATEMENT D: Distribution authorized to DoD and DoD contractors only�, please let the Contractor directly contact the Navy for obtaining them. 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. The Contractor must submit a CIR for the inspections listed in the following paragraphs: 3.2 Operational test - initial 3.3 Inspection 3.1.2 Tech Rep. The Contractor must provide the services of Tech Reps and Personnel as follows: NDE Tech Rep : NDE Inspector/Level 2 3.1.2.1 NDE Tech Rep. The Contractor must provide the services of a qualified and certified NDE Tech Rep as follows: Perform NDE Inspections. 3.1.2.1.1 Qualifications/certifications. NDE Tech Rep certified and qualified in accordance with ASNT No. SNT-TC-1A. Submit the Tech Rep�s qualifications/certifications to the COR at the Arrival Conference. 3.1.2.1.2 Dates of services. Include the dates of services in which Tech Rep must be on site as per their subcontract documentation. 3.1.3 Protective measures. The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3 (Vessel component, space, and equipment protection). 3.1.3.1 Specific protections. Specific areas/equipment/ components to be protected include, but are not limited to: Machinery spaces (e.g. Crane Equipment Rooms) Machinery and equipment (e.g. Cranes, Controls, and Terminals) 3.1.4 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 following : Machinery and equipment (e.g. Cranes, Controls, and Terminals) Ventilation systems (e.g. ventilation inlets/outlets, and trunks) Electronics (e.g. sensors, switches) Foundations, outfits, and fittings Switches, controls, and terminals Lights, alarms, speakers, sensors, switches, and supports Piping and supports Cables and supports 3.1.5 Work locations. The concerned work areas are listed in Table 1. See the applicable drawings in Section 2 References for guidance, locations, and details. 3.1.6 Materials, tools, and services. The Contractor must provide service, tools, and materials to accomplish the requirements in this work item. New components, parts, materials, and paints with the same color, comparable and matching material properties as the existing components/parts. Use references in Sections 1, 2 and SFLC Std Specs for guidance, required materials, and details. 3.1.7 Work plan. The Contractor must provide a work plan for the Watertight Closures Renewal listed in the Table 1 to the COR at the Arrival Conference. 3.2 Operational test � initial. Prior to commencement of work, the Contractor must witness Coast Guard personnel perform an initial operational test of the equipment listed below to demonstrate existing operational condition. Submit a CIR. Shipboard devices NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.3 Inspection. In presence of Coast Guard Inspector, the Contractor must inspect substrates (bulkheads/decks), closure assemblies, coamings, and fittings for any related discrepancies, damages, defects, or corrosions before, during, and after performing required works in accordance with SFLC Std Spec 0740. Submit a CIR. Inspection of closure assembly prior to installation (to detect any closure manufacturer discrepancies, ordering discrepancies, shipping damages, or storage damages). Inspection and preparation of substrate prior to closure installation (to ensure acceptable substrate fairness). 3.4 Renewal. The Contractor must accomplish the following tasks, using drawing in Section 2 as guidance : 3.4.1 Removal. The Contractor must crop, remove, and dispose of the designated closures including associated coaming if required, in accordance SFLC Std Spec 0740. Remove nameplates and labels. Remove coaming supporting brackets/chocks. Separate coaming from bulkhead/deck at welding seams. Keep all cutting of watertight closures as close to the existing edge of welding seams, plate opening or below but close to the existing connection line if welded on raised coamings or pipes as possible. 3.4.2 Installation. The Contractor must install a new Government-furnished closure assemblies in place of the ones removed in accordance with SFLC Std Spec 0740, and NAVSEA Drawing 167-7379842. Perform all necessary modifications to ensure a proper fit. Accomplish tasks as follows : Weld using proper welding procedures. Renew coaming supporting chocks and brackets. Adjust lock and secure mechanism for proper fit. NOTE Closure securing latches, both integral to the closure and mounted to the ship's structures, may require modification or relocation to achieve proper functionality. These modifications include, but are not limited to, relocating securing latch fixtures, adjusting the position of the closure, or the fabrication and installation of a new securing device. Relocation and modification of securing latches will be at the direction of the Coast Guard Inspector. 3.5 Alignment and fairness tests. In presence of Coast Guard Inspector, the Contractor must measure alignment and fairness of the newly welded structures (e.g. bulkheads/decks, frames/coamings, girders, and stiffeners) in accordance with SFLC Std Spec 0740, Paragraph 3.5 Fairness, and MIL-STD-1689A, Section 12.3 Alignment and Fairness. Submit a CFR. Ensure that all misalignments and deviations meet requirements and do not exceed tolerance limits as specified in MIL-STD-1689A, Section 12.3 Alignment and Fairness Realign structures and fair plates until pass the test 3.6 NDE. In presence of Coast Guard Inspector, the Contractor must perform NDE of the newly welded substrates (bulkhead/deck plates) and coamings in accordance with SFLC Std Spec 0740, Appendix C. Submit a CFR. 3.7 Boundary test. In presence of Coast Guard Inspector, the Contractor must accomplish a chalk test and water hose test, in accordance with SFLC Std Spec 0740. Submit a CFR. 3.8 Insulation. As designated by the COR, the Contractor must renew all removed or damaged insulation in accordance with Coast Guard Drawings 750-WMSL-635-002 and 750-WMSL-635-503, NAVSEA Drawings 803-5184182 and 804-5773931, and MIL-DTL-32585A. 3.9 Preservation. The Contractor must prepare, prime, and paint surfaces as follows : 3.9.1 Closures and coamings. The Contractor must prepare and preserve both sides of the new closure assemblies, including all disturbed surfaces, to match existing adjacent area by using the same coating and matching deck covering systems in accordance with SFLC Std Spec 6310. CAUTION! Do not paint knife-edges, gaskets, or any moving parts; including dogs, nuts, wedges, spindles, yokes, packing, connecting rods and hinge pins. 3.9.2 Touch-up preservation. The Contractor must prepare and coat all new and disturbed surfaces to match existing adjacent surfaces in accordance with SFLC Std Spec 6310, paragraph 3.1.13 (Touch-ups and minor coating repairs). 3.10 Marking. The Contractor must mark the new fittings (either stencils or label plates, as applicable) with the same identification used on the old fittings, if existing. 3.11 Operational test-post repair. After completion of work and in the presence of the Coast Guard Inspector, the Contractor must witness an operational test (by Coast Guard personnel) of the equipment listed below to demonstrate satisfactory operational condition. Submit a CFR. Shipboard devices 3.11.1 Addition. In addition, the Contractor must ensure the following: Closures are properly secured, so as to prevent accidental or unintentional movement. Securing latches adequately engage closures and positively lock into place without excessive force or manipulation by the operator. Ensure lock and secure mechanism work properly. NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.12 Nameplates and labels. The Contractor must provide, install, and restore new nameplates and labels on and around the newly installed closures. (including Engraved Metal DC Nameplates) 3.13 CFR. The Contractor must summarize and submit CFR to the COR if additional repairs are required. 4. NOTES 4.1 Damage control markings. Coast Guard personnel will apply appropriate damage control decals onto all newly installed closure(s). RDD/POP: 15 AUG � 01 NOV 2024 Delivery address and ATTN to: LCDR Bert Boggs USCGC MIDGETT 400 Sand Island Parkway Honolulu, HI 96819 Questions and quotes shall be emailed to JERAMYAH.W.GEORGE@uscg.mil and JUAN.A.GONZALEZ@uscg.mil. 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 JERAMYAH.W.GEORGE@uscg.mil and JUAN.A.GONZALEZ@uscg.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/86efc4d6ea324bcba0a2c7fd8d7a298b/view)
 
Place of Performance
Address: Honolulu, HI 96819, USA
Zip Code: 96819
Country: USA
 
Record
SN07099619-F 20240619/240617230118 (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.