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

20 -- BERTHOLF ASW FR44 Pipe/Valve Repair

Notice Date
7/1/2024 1:15:32 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
70Z08524PR0005986
 
Response Due
7/8/2024 8:00:00 AM
 
Archive Date
07/08/2024
 
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 70Z08524PR0005986 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 0800Am Pacific Time, JUL,12, 2024, 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: ASW FR 44 PIPE AND VALVE REPAIR� This work item describes the requirements for the Contractor to renew Auxiliary Seawater (ASW) piping as described in Table 1 and renew the valve in Table 2. TABLE 1 � PIPING RENEWAL SECTION GENERAL LOCATION OF LEAK PIPE SIZE QTY (APPROX.) Pinhole leak forward of FMMR Seawater Main Isolation Valve (SW-V-4-44-9/SW-V-016). See Figure 2 6 in. 3 ft. (including flange) TABLE 2 � VALVE RENEWAL LIST TYPE SIZE VALVE # - LOCATION Motor Operated Butterfly 6 in. SW-V-4-44-9/SW-V-016 � Fr. 44 Bulkhead 1.2 Government-furnished property. MTI ITEM DESCRIPTION NSN/PN QTY ESTIMATED COST ($/UNIT) N Valve, Butterfly - Motor Actuated 4820-01-270-2460 1 ea. $11,655 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 750-WMSL_520_1, Rev H, Seawater Cooling System Diagram (ASC520001) Coast Guard Drawing 750-WMSL-520-008, Rev F, Salt Water Cooling Unit 2210 (ASC520221-SW) Coast Guard Drawing 750-WMSL-635-001, Rev -, Thermal & Acoustic Insulation COAST GUARD PUBLICATIONS Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2022, Welding and Allied Processes Surface Forces Logistics Center Standard Specification 3041 (SFLC Std Spec 3041), 2022, Shipboard Electrical Cable Test Surface Forces Logistics Center Standard Specification 3042 (SFLC Std Spec 3042), 2022, Shipboard Electrical Cable Removal, Reloacation, Splice, Repair, and Installation Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2022, Requirements for Preservation of Ship Structures OTHER REFERENCES ASNT SNT-TC-1A, 2020, Personnel Qualification and Certification in Nondestructive Testing Coast Guard Technical Publication 7115A (TP 7115A), Feb 2022, Electronic Actuator Model Limitorque MX-05 Installation, Operation & Maintenance Manual 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. None. 3.1.2 Tech Rep. The Contractor must provide the services of a Qualified Technical Representative who is a NDE Operator and Inspector/Level 2 certified and qualified in accordance with ASNT No. SNT-TC-1A to perform welding NDE inspections. 3.1.2.1 Submit the Tech Rep�s qualifications/certifications to the COR at the arrival conference. 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). 3.1.4 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: � Piping and hangers � Valves � Valve Actuator � Fluids � Wiring � Bulkhead Insulation 3.1.5 Testing. A CG Inspector must be present for all piping, valve, and motor actuator tests conducted by the Contractor. Submit a CFR documenting the tests and results. NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 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. 3.3 Fluid handling. The Contractor must remove and dispose of removed fluids from the affected piping system, in accordance with all applicable Federal, state, and local regulations. CAUTION Do not drain ANY fluids, including fresh water, into any space, bilge, or exterior location. 3.4 Piping repair. The Contractor must crop and renew the ASW piping section described in Table 1. Renew piping in accordance with the details provided in Coast Guard Drawings referenced in Section 2. 3.4.1 Locate the section of piping to be renewed, see Figure 1, 2, and 3. Verify the ASW piping to be renewed with the Coast Guard Inspector prior to beginning repair. 3.4.2 All welding, brazing, or other hot work must be conducted in accordance with SFLC Std Spec 0740. 3.5 NDE. The Contractor must perform NDE of the newly installed piping in accordance with SFLC Std Spec 0740, Appendix C. 3.6 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. 3.6.1 Dispose of flushing fluid in accordance with all applicable Federal, state, and local regulations. 3.7 Hydrostatic test. After all authorized repairs, the Contractor must hydrostatically test all new and disturbed piping and components of the ASW system 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. 3.8 Pipe labeling. The Contractor must stencil the following onto the pipe surface: � Name of the piping system service. � 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). 3.8.1 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. 3.9 Valve Renewal. The Contractor must renew all valves listed in the Table 2. 3.9.1 Remove valve from piping. Retain any label plates from removed valves for reinstallation on the new valve. Fabricate new label plates for any valve that did not have a label plate using valve numbers listed in CG Drawings referenced. 3.9.2 Install the government furnished valve, orientation must be the same as the valve that was removed. 3.9.2.1 Ensure all blank flanges and/or plugs have been removed. 3.9.2.2 Clean, dress, and true gasket mating surfaces of all flanges. 3.9.2.3 Install valve using new gaskets & hardware, refer to CG Drawing 750-WMSL-520-008 for details. 3.9.3 Install, wire, and commission the Motorized Actuator onto the new valve IAW TP 7115A. 3.9.3.1 Ensure the cable terminations, cable slack, junction boxes, stuffing tubes and cable run straps meet the requirements of SFLC Std Spec 3042. 3.9.3.2 Perform cable testing in accordance with SFLC Std Spec 3041 after completion of lugging, connector attachment, and banding. 3.9.3.3 Conduct a test of the motor actuator, in all modes of operation, in accordance with TP 7115A. 3.10 Leak test. After all authorized work, the Contractor must perform an operational test of all systems using the system fluid at normal operating pressure. No visible leakage or deformation is acceptable. Repair all leaks and discrepancies found. Submit a CFR. 3.11 Insulation. The Contractor must renew any bulkhead insulation that was disturbed in way of this work item in accordance with the CG Drawing 750-WMSL-635-001. NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.12 Operational test, post repairs. After completion of work, the Contractor must 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. 3.13 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). RDD/POP: 7/9 to 7/22/2024 Delivery address and ATTN to: CGC BERTHOLF 1 EAGLE RD ALAMEDA, CA 94501 Questions and quotes shall be emailed to Jeramyah.W.George@uscg.mil and Mikael.J.Axelson@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 Mikael.J.Axelson@uscg.mil.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/424ddefcb96043589c630a1b7616f231/view)
 
Place of Performance
Address: Alameda, CA 94501, USA
Zip Code: 94501
Country: USA
 
Record
SN07113858-F 20240703/240701230110 (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.