Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

J -- 52000QR240006011 USCGC WILLIAM HARTWORK ITEM 1: FM-200 Fire Suppression System, Inspect and Test

Notice Date
7/1/2024 9:21:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
92216 —
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
52000QR240006011
 
Response Due
7/12/2024 6:00:00 AM
 
Archive Date
07/27/2024
 
Point of Contact
Timothy ford, Phone: 15716084011, Stacy Spalding, Phone: 7576284664
 
E-Mail Address
timothy.s.ford@uscg.mil, stacy.j.spalding@uscg.mil
(timothy.s.ford@uscg.mil, stacy.j.spalding@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
55500_ENV_0624_154WPC ITEM 1: FM-200 Fire Suppression System, Inspect and Test 1.� SCOPE 1.1 Intent.� This work item describes the requirements for the Contractor to inspect and test the FM-200 Fixed Fire Suppression System in the following locations: Table 1 - fm-200 Location Protected area Location Engine Room 3-27-0-E Generator Room 3-36-0-E Emergency Generator Room 1-10-0-E 1.2 Government-furnished property. None 2.� REFERENCES Coast Guard Drawings Coast Guard Drawing 154 WPC 436-301, Rev C, Fire Detection System Coast Guard Drawing 154 WPC 555-201, Rev B, Fixed Fire Extinguishing System A&D FM-200 & R-102 Coast Guard Drawing 154 WPC 555-301, Rev F, Fixed Fire Extinguishing System Diagram Coast Guard Drawing 154 WPC 601-302, Rev D, General Arrangement Coast Guard Publications Coast Guard Technical Publication (TP) 8095A, SWBS 555, Aug 2019, FM-200 Beta Fire Protection System Heptafluoropropane Suppression Design, Installation, Operation & Service Manual Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2022, Requirements for Preservation of Ship Structures Other References Code of Federal Regulations (CFR), Title 49, Section 173.34 3.� REQUIREMENTS 3.1 General. 3.1.1 CIR. None. 3.1.2 Tech Rep. The Contractor shall provide the services of a certified Tech Rep, who is familiar with the FM 200 fire suppression equipment/system 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. Ensure that the Tech Rep is a Certified Representative of Chemetron Fire Systems. Submit the Tech Rep�s name and r�sum� to the COR at the Arrival Conference. 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 below-listed: Wiring Mounting brackets Machinery NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.2 Testing procedure coordination.� Prior to accomplishing the below listed tasks, the Contractor shall coordinate all test procedures, review all applicable safety precautions and cutter safety checklist with the COR. warning Inhalation of FM-200 concentrations of 10% or more may cause headache, disorientation, vertigo, sweating, numbness, loss of limb control, mental confusion, and loss of consciousness in as little as 16 seconds.� Cardiac arrest within seconds of unconsciousness, permanent brain damage in 3-5 minutes or death, unless effective CPR is initiated within the first minutes of cardiac arrest. 3.3 Equipment inspection. �The Contractor shall perform a complete annual inspection on the three installed FM-200 systems as shown in Table 1, FM-200 Location, using the Coast Guard Drawings listed in Section 2 References and TP 8095 (Sections 7) as reference.� caution Failure to remove the solenoids at each tank will result in the activation of the FM-200 system. 3.3.1 The Contractor shall accomplish the following test on all primary and secondary FM-200 systems for the main engine room, generator room and emergency generator room: Remove the solenoid pilot valves from the primary and secondary cylinders in the port and starboard steering gear rooms and damage control locker. Verify that the fire panel is in the normal operation mode. Verify that the associated supply and exhaust ventilation fans and dampers are on/open. Operate the associated FM-200 release station. Time the pre-discharge delay and that the solenoid valve energizes after 30 seconds. Verify that all sirens, bells and strobe lights activate. Verify that the associated ventilation system, (fans and dampers) shut down. Verify that the MCMS indicates the shuts down of all associated engines, pumps and valves. Verify that the pilothouse alarm panel, Human Machine Interface (HMI) ventilation display, and MCMS indicate that the FM-200 system was activated. Simulate the FM-200 pressure switch activation by pulling down on the plunger located on the bottom of the pressure switch. Submit a CFR for any and all discrepancies. 3.4 Inspection of compressed gas cylinders. �The Contractor shall inspect and test all cylinders for compliance with CFR Title 49, Section 173.34. �Cylinder weight and pressure checks shall be accomplished using TP 8095, paragraph 7 as reference.� Submit a CFR NOTE The location for the 40# FM-200 bottles is the Emergency Generator Room.� The location for the 150# FM-200 bottles is the starboard steering gear room. �The location for the 550 #FM-200 bottles is the port steering gear room. 3.5 FM-200 system restoration. The Contractor shall ensure all three primary and secondary systems are replenished to the required cylinder weight. 3.6 Operational test, post-repair.� After completion of work and in the presence of the Coast Guard Inspector, the Contractor shall 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. 4.� NOTES 4.1 Additional information.� The COR may provide additional information in the form of maintenance procedure card (MPC) N31015.D providing greater details, if requested. Inspection and certification will be conducted onboard CGC WILLIAM HART at MARISCO LTD, 91-607 Malakole Street, Kapolei, HI 96707. Period of performance will be coordinated between vendor and Engineering Petty Officer SCPO Justin Graham with a do not exceed date of July 20, 2024. NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item. As stated below, the provision at FAR 52,212-2, Evaluation-Commercial Items-applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. ������ 1. Please provide any warranty information. ������ 2. Vendors MUST be registered in www.sam.gov The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered. Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) �and Cage Code.. � Quotes must be received no later than Friday July 12, 2024 at 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Timothy Ford at email address � Timothy.S.Ford@uscg.mil and carbon copy Stacy Spalding �at email address Stacy.J.Spalding@uscg.mil . � Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, CWO3 Stacy Spalding at email address Stacy.J.Spalding@uscg.mil and carbon copy Timothy Ford at email address Timothy.S.Ford@uscg.mil . � The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov . FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019) The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018). Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies ((Jan2020) (E.O.13126). FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Sep 2016) FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38�U.S.C.�4212). FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793). FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38�U.S.C.�4212). FAR 52.222-50 - Combating Trafficking in Persons (Oct 2020) (22�U.S.C.�chapter�78 and E.O. 13627). FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - Buy American Supplies (Jan2021) (41�U.S.C.�chapter�83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) *The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/46abab2484b844af8a2fe8a66b0765b3/view)
 
Place of Performance
Address: Kapolei, HI 96707, USA
Zip Code: 96707
Country: USA
 
Record
SN07113521-F 20240703/240701230107 (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.