Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 24, 2026 SAM #8825
SOLICITATION NOTICE

20 -- USCGC SPAR FUEL TANK CLEANING AND INSPECT

Notice Date
1/22/2026 2:21:18 PM
 
Notice Type
Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z8526Q002360
 
Response Due
1/28/2026 8:00:00 AM
 
Archive Date
02/12/2026
 
Point of Contact
DONNA O'NEAL, Phone: 5103931145, ULISES BALMACEDA, Phone: 2068200307
 
E-Mail Address
Donna.J.O'Neal@uscg.mil, Ulises.O.Balmaceda@uscg.mil
(Donna.J.O'Neal@uscg.mil, Ulises.O.Balmaceda@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
STATEMENT OF WORK (SOW) FOR USCGC SPAR Fuel Tank Cleaning and Inspect USCGC SPAR has dirty/contaminated fuel tanks that supply their SSDG and require cleaning to ensure high quality fuel is provided to their diesel driven machinery and has an immediate need for contracted support for tasks outlined in this Statement of Work (SOW). 1.0 GENERAL Background The 225� WLB asset, USCGC SPAR (225� WLB 206), has an abnormally high rate of fuel filter consumption on their SSDGs. Ships force inspected fuel tanks and found biofilm buildup and other contaminants present in high volume in 3-61-1 and 3-62-2 fuel tanks. This foreign material is what is clogging the fuel filters. Scope The scope of this contract is defined by the efforts and tools required to support USCGC SPAR (225� WLB 206). The Contractor shall provide all labor, materials, and tools necessary to clean the following tanks. TYPE OF TANK LOCATION CAPACITY - 95% (gallons) LOW SUCTION (gallons) Diesel Fuel Storage 3-61-1-F 4,340 <100 Diesel Fuel Storage 3-62-2-F 3,472 <100 OBJECTIVE The goal is to return CGC SPAR (225� WLB 206) fuel tanks to designed system parameters. APPLICABLE DOCUMENTS Compliance Documents The following documents provide specifications, standards, or guidelines that must be complied with in order to meet the requirements of this contract: Coast Guard Drawings Coast Guard Drawing 225B WLB 541-001, Rev G; Fuel Oil System Diagram Coast Guard Drawing 225B WLB 541-007, Rev D; Incinerator Fuel Oil Service Tank 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 Other References Federal Specification (Fed Spec) QQ-N-281, Oct 1985, Nickel-Copper Alloy Bar, Rod, Plate, Sheet, Strip, Wire, Forgings, and Structural and Special Shaped Sections Society of Automotive Engineers (SAE) Aerospace Material Specification (AMS) C-6183B, 2019, Cork and Rubber Composition Sheet; for Aromatic Fuel and Oil Resistant Gaskets SPECIFIC REQUIREMENTS/TASKS Unless otherwise stated, this contract applies to on-site support for USCGC SPAR (225� WLB 206) in Duluth, MN. 2.1 Clean and Inspect Fuel Tanks 2.1.1 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). 2.1.2 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: Fuel Piping Tank access cover 2.1.3 Remove up to a total of 250 gallons of diesel fuel. Document a complete chain of custody record of the removed tank contents from the vessel to the point of final destination or delivery. Submit document to the Engineering Officer (EO) upon completion of work. 2.1.4 Dispose of removed fluids in accordance with all applicable Federal, state, and local regulations. 2.1.5 Provide the following to support Coast Guard personnel to refuel equipment: tagout crane way equipment Oil transfer supervisor. Vessel may come in with less tank fluid contents than specified above. NOTE Initial and post repair operational tests apply only to tanks that possess TLIs. NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 2.1.5 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 CFR. TLI for tanks 2.1.6 Plug log. The Contractor must keep a written record of all plugs put in any tank vents. A separate list must be kept for each tank being entered. 2.1.7 Ensure that all plugs are removed from each tank upon completion of work in the tank. 2.1.8 The plug log must be available to the Coast Guard Inspector/EO when the inspector is performing his close-out inspection on each tank. 2.1.9 Cleaning requirements. The Contractor must refer to Coast Guard Drawings 225B WLB 541-001 and 225B WLB 541-007 for guidance. The Contractor must remove tank cover(s) and clean tank interior surfaces free of all foreign materials, such as residual fuel or water, sediment, sludge, rust, or biological growth, taking care not to damage the coating system (if applicable). Remove cleaning media and residues continuously during the washing process. Remove any residual wash media; and wipe up residual moisture with clean lint-free cloths. 2.1.10 Tank content and waste disposal. The Contractor must dispose of residual tank contents and any cleaning fluids in compliance with all applicable Federal, state, and local laws, ordinances and regulations. Document a complete chain of custody record of the removed tank contents and generated wastes, from the vessel to the point of final destination or delivery. Submit document to the EO upon completion of work. 2.1.11 Inspection. The Contractor must visually inspect all tank interior surfaces, including, but not limited to bulkheads, floor and overhead plating, structural members, manhole cover surfaces, fasteners and gasket seating surfaces. Complete the �Tank and Void Assessment Form� (found in the Work Item titled �General Requirements�) and submit via CFR. Include the following, as applicable: Tank structural condition. Inaccessible areas. Condition of tank coating, including; measurements taken, percentage, location, and type of coating failure (if tank interior surfaces are coated). Tank level indicator (TLI) and/or float switch condition, as applicable. Sounding/vent tube and striker plate condition (including vent check valve and waster piece). Suction and discharge piping condition. Fastener material and condition (correct fastener material is stainless steel). 2.1.12 Tank closing. The Contractor must ensure that the tank(s) remain open for at least 24 hours after completion of any KO-authorized repair and preservation procedures. Notify the EO at least 24 hours prior to closing the tank(s) and ensure tank closure is accomplished in the presence of the Coast Guard Inspector/EO. After satisfactory inspection by the Coast Guard Inspector/EO and completion of all authorized repairs, close tank manhole cover(s) with new gasket material conforming to AMS-C-6183. Chase threads on studs to ensure even installation of the access covers. Renew any damaged nuts. 2.1.13 Operational test, post repairs. After completion of work and in the presence of the Coast Guard Inspector/EO, the Contractor must thoroughly test and demonstrate the equipment listed below to be in satisfactory operating condition. Designated tank TLIs Vent check valves NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 2.1.14 Ultrasonic thickness (UT) measurement. The Contractor must take a total of 50 UT measurements of tank plating in each tank in accordance with SFLC Std Spec 0740, Appendix C in locations designated by the Coast Guard Inspector. Submit a CFR. 2.1.15 In addition to the UT measurements, take up to 10 pit-depth measurements within each tank, using a suitable pit depth gauge. 2.2. NOTES 2.2.1 Tank content removal. The Ship�s force will pump down the tanks to the maximum extent possible with the installed pumping system. 2.2.2 Tank inspection. The Coast Guard Inspector will visually inspect the tank interior immediately prior to closing. 2.3.3 Tank content restoration. The Ship�s force will procure new fluids and refill all tanks at the appropriate time 2.3 Test Thoroughly and Document The Contractor shall ensure the system is fully functional by preforming a system operational test to be witnessed by Engineer Officer (EO) or the EO�s designated representative. 2.2.1 The Contractor shall provide a trip report documenting all findings no later than 48 hours after returning to the home office. CONTRACTOR PERSONNEL 3.1 The Contractor shall provide qualified personnel to perform all requirements specified in this SOW. OTHER APPLICABLE CONDITIONS 4.1 PERIOD of Performance The period of performance for this contract shall not exceed 21 calendar days from the date of award. 4.2 PLACE OF PERFORMANCE The primary place of performance will be at CGC SPAR (225� WLB 206) at 1201 MINNESOTA AVE, DULUTH MN 55802 USA unless an alternate location is approved by the Coast Guard. 4.3 HOURS OF OPERATION Contractor employees shall generally perform all work between the hours of 0730 and 1600 EST, Monday through Friday (except Federal holidays). However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this SOW. Precise times may be negotiated with the cutter Engineer Officer (EO) as scheduling is subject to ship�s operations. 4.4 TRAVEL Contractor travel may be required to support this requirement. All travel required by this task shall be provided by the Contractor at no expense to the Government. 4.5 Daily Progress Reports The Contractor shall hold a daily progress meeting with the Engineer Officer and/or Commanding Officer upon arrival at the asset each morning of the visit. This report shall include a summary of all Contractor work performed, an assessment of technical progress, schedule status, and discuss any hazardous work conditions or necessary precautions the crew need to be made aware of prior to commencing work. 4.6 General Report Requirements The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with DHS workstations (Windows and Microsoft Office Applications). 5.0 GOVERNMENT FURNISHED RESOURCES NA 6.0 CONTRACTOR FURNISHED PROPERTY The Contractor shall furnish all materials, equipment, and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources specified in Section 5.0. GOVERNMENT ACCEPTANCE PERIOD The EO will inspect deliverables prior to acceptance and provide the contractor with an e-mail that provides documented reasons for non-acceptance. If the deliverable is acceptable, the EO will send an e-mail to the Contractor notifying it that the deliverable has been accepted. 8.0 DELIVERABLES The Contractor shall provide a trip report IAW 2.2 of this SOW. 9.0 Point of Contact USCGC SPAR Engineering Officer CWO2 Jason Wilson P:210-701-9864
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/722bbd0abd6e426297bfb277a3f318bd/view)
 
Place of Performance
Address: Duluth, MN 55802, USA
Zip Code: 55802
Country: USA
 
Record
SN07693817-F 20260124/260122230040 (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!  © 1994-2026, Loren Data Corp.