Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2026 SAM #8836
SOLICITATION NOTICE

J -- USCGC VENTUROUS BOILER REPLACEMENT

Notice Date
2/2/2026 1:02:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
52000QR260003192
 
Response Due
2/13/2026 6:00:00 AM
 
Archive Date
02/28/2026
 
Point of Contact
Timothy ford, Sean Hoy, Phone: 7576284664
 
E-Mail Address
timothy.s.ford@uscg.mil, Sean.W.Hoy@uscg.mil
(timothy.s.ford@uscg.mil, Sean.W.Hoy@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
52000QR260003192 USCGC VENTUROUS BOILER REPLACEMENT Intent. This work item describes the requirements for the Contractor to renew the ship's port (NR2) service boiler assembly; including shell, tubes, associated valves and burner assembly located in the Engine Room. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR260003192 USCGC VENTUROUS BOILER REPLACEMENT. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 336611 - Ship Building and Repairing. This is total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13. THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT: The contractor shall provide 52000QR260003192 USCGC VENTUROUS BOILER REPLACEMENT SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to renew the ship's port (NR2) service boiler assembly; including shell, tubes, associated valves and burner assembly located in the Engine Room. 1.2 Location. USCGC VENTUROUS (WMEC-625) 600 8th Ave. SE St. Petersburg, FL 33701 1.3 Period of Performance: 23FEB26-18MAR26 1.4 Government-furnished property: ITEM DESCRIPTION: Way-Wolff Boiler Model No. 5848-14E NSN: 4410-01-230-8024 QTY: 1 (EA) MTI: No 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Bill of Materials 618 WMEC 11, Rev J, 3rd Dk, 2nd Dk, Main Dk, 02 Dk & Bridge Dk Plt g & Supports Coast Guard Bill of Materials 618 WMEC 61, Rev J, Arr. Stm., Feed & Conds. Sys. Piping Coast Guard Bill of Materials 627 WMEC 11, Rev C, 3rd Dk, 2nd Dk, Main Dk, 02 Dk & Bridge Dk Plt�g & Supports Coast Guard Bill of Materials 627 WMEC 61, Rev H, Arr. Stm. Feed & Cond. Sys. Piping Coast Guard Drawing 618 WMEC 131-001, Rev M, 2nd & Main Deck Plating & Supports Coast Guard Drawing 618 WMEC 182-002, Rev W, Foundations in Engine Room Coast Guard Drawing 618 WMEC 535-001, Rev M, Diagram Steam, Feed & Condensate System Piping Coast Guard Drawing 618 WMEC 535-002, Rev K, Arr. Stm., Feed & Condensate System Piping Coast Guard Drawing 618 WMEC 535-004, Rev-, Split Pipe Drain Duct for Boiler Overboard Disch Coast Guard Drawing 618 WMEC 601-001, Rev J, Outboard Profile Coast Guard Drawing 618 WMEC 601-002, Rev B, Inboard Profile Coast Guard Drawing 618 WMEC 601-003, Rev K, General Arrangement - Second and Third Decks Coast Guard Drawing 618 WMEC 601-004, Rev K, General Arrangement Main & 01 Deck Coast Guard Drawing 627 WMEC 131-001, Rev D, Second & Main Deck Plating & Supports Coast Guard Drawing 627 WMEC 182-001, Rev C, Main Engine Foundations Coast Guard Drawing 627 WMEC 182-002, Rev G, Major Main. Avail Foundations in Engine Room Coast Guard Drawing 627 WMEC 201-001, Rev C, Arrangement of Machinery Plans, Sections, & Elevations Coast Guard Drawing 627 WMEC 517-001, Rev H, Boiler & Feedwater Pump Control Block & Schematic Wiring Diagram Coast Guard Drawing 627 WMEC 535-001, Rev J, Diagram Steam, Feed and Condensate System Piping Coast Guard Drawing 627 WMEC 535-002, Rev H, Arr. Stm., Feed & Condensate System Piping Coast Guard Drawing 627 WMEC 535-003, Rev-, Steam Piping Mods Incid to Bos�n Stores and Workshop Ventilation Mods Coast Guard Drawing 627 WMEC 535-006, Rev-, Steam, Feed & Condensate Steam Mods to Incidental to Boiler Life Improvement Coast Guard Drawing 627 WMEC 601-001, Rev G, Outboard Profile Coast Guard Drawing 627 WMEC 601-002, Rev B, Inboard Profile Coast Guard Drawing 627 WMEC 601-003, Rev E, General Arrangement - Second and Third Decks Coast Guard Drawing 627 WMEC 601-004, Rev D, General Arrangement Main & 01 Decks Coast Guard Drawing 627 WMEC 622-001, Rev D, Arrg�t Dets of Ladders, Grating, Floor Plates in Machy Space � Plans NAVSEA Drawing 804-5959214, Rev-, Piping Insulation - Installation Details 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 6310 (SFLC Std Spec 6310), 2022, Requirements for Preservation of Ship Structures Surface Forces Logistics Center Standard Specification 8636 (SFLC Std Spec 8636), 2022, Temporary Hull Accesses Coast Guard Technical Publication (TP) 2188, Dec 2024, Steam Heating Boiler - Model 5848-14E OTHER REFERENCES ASTM International (ASTM) F683, 2014, Standard Practice for Selection and Application of Thermal Insulation for Piping and Machinery ASTM International (ASTM) F992, 2017, Standard Specification for Valve Label Plates REQUIREMENTS 3.1 General. The Contractor must renew designated ship's service boiler assembly (including shell, tubes, associated valves (including blow-down valve) and burner assembly (Way-Wolff steam boiler, Model 5848-14E) with a Government-furnished Way-Wolff boiler assembly. Refer to TP 2188 and the applicable Coast Guard drawing(s) listed in Section 2 (References) for guidance. 3.1.1 CIR. None. 3.1.2 Tech Rep. Not applicable. 3.1.3 Protective measures. The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, (Vessel component, space, and equipment protection). 3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, (Interferences). Known interferences include, but are not limited to the following: Fuel oil piping Steam piping Condensate piping Insulation Metal sheathing Handrail Stanchions Deck frames and grating Wiring brackets Ducting Transformers Demineralizer System fluids, steam and chemical additives Bilge piping Bilges 3.1.4.1 Fluid removal. Remove of oily water to facilitate gas-freeing. 3.1.4.2 Bilge cleaning. Clean (e.g. pressure wash, hand wash, wipe down, etc.) all bilge surfaces in the Engine Room free of all foreign materials, such as dirt, oil, sediment or sludge to facilitate gas-freeing. Remove all persistent residues, taking care not to damage the coating system or to allow any contamination to enter the machinery. Remove fluids, cleaning media, and residues continuously during the washing process. Remove any residual wash media and wipe up residual moisture with clean, lint-free cloths. Collect, contain, and dispose of all fluids, wash media, residues, and cleaning materials in accordance with all Federal, state, and local regulations. 3.1.4.3 Fluid disposition, disposal. Dispose of all removed fluids in accordance with all applicable Federal, state, and local regulations. Refer to paragraph 4.1 (Tank content restoration). 3.2 Temporary access openings. With express permission of the KO via submission of a CFR and in accordance with SFLC Std Spec 8636, the Contractor may perform all work required to cut open and close temporary access openings to facilitate accomplishment of the work specified herein. 3.3 Additional structural supports. When ship�s structure is removed as an interference or is otherwise temporarily modified to facilitate repairs, the Contractor must maintain existing structural integrity of the ship by installing temporary supports equivalent to those temporarily modified or removed. These temporary supports must be approved by the COR prior to removing or modifying ship�s structure via CFR. Pay particular attention to structure supporting the Ship Service generators. Restore to original configuration after completion of work. 3.4 Boiler removal. The Contractor must accomplish the following for the designated boiler assembly(s): 3.4.1 Disconnect all piping, insulation, sheet metal wrap, exhaust ductwork, and accessories in way of boiler removal. 3.4.2 Crop out, remove, and dispose of the existing boiler assembly, including shell, tubes and burners. 3.5 Inspection. The Contractor must visually inspect the associated ship�s service boiler piping, foundations, exhaust ductwork, and electrical wiring for corrosion and deterioration. Submit CFR. 3.6 Foundation surface preservation. The Contractor must prepare and coat the boiler foundation surfaces, including all adjacent structural members, in accordance with SFLC Std Spec 0000 and SFLC Std Spec 6310; using the coating system specified for �Machinery, Interior (Machinery, Steel, Operating Temperatures Over 200oF Surfaces)� in SFLC Std Spec 6310, Appendix B (Cutters and Boats Interior Painting Systems). Select finish/top coat color to match existing adjacent surfaces. 3.7 New boiler installation. The Contractor must accomplish the following for the designated boiler assembly: 3.7.1 Rig in the new Government-furnished Way-Wolff boiler assembly through the same route used for removing the old boiler. 3.7.2 Assemble and install the Government-furnished Way-Wolff boiler and accessories to original configuration using TP 2188 as guidance. Weld the new boiler shell onto its foundation in accordance with the requirements of SFLC Std Spec 0740. 3.7.3 Fabricate and install new flanges to suit the existing exhaust duct flange. Minor modifications to the exhaust port may be required to facilitate a proper fit in the machinery space. Submit a CFR. 3.7.4 Prior to shipboard installation and again after installation, hydrostatically test the new boiler and associated piping in accordance with SFLC Std Spec 0740 in the presence of the Coast Guard Inspector. Plug all external holes on the boiler; hydrostatically test the water side with clean fresh water for 15 minutes. Notify the Coast Guard Inspector 24 hours prior to testing. Be aware that no leakage or permanent deformation of pressure-containing parts is permissible. Repair all leaks and discrepancies found. Submit a CFR for each test. CAUTION: -Historically, it has been necessary for Contractors to provide and weld install three 4-inch to varying size reducer fittings into each boiler to accomplish the hydrostatic test. -Base the test pressure and relief settings on the designated boiler�s pressure rating for 15 psi steam and 30 psi water. The operating and relief settings for steam service relief valves has been downgraded from 30 PSI to 15 PSI, which will be the case for all newly installed boilers, however some boilers in the fleet are still rated at 30 psi for steam. NOTE *Boiler burner assembly igniter gaps are not preset from the factory, and must be set and verified in accordance with TP 2188 prior to attempting any operational tests. *Excessive igniter gaps can result in soot damage to the diffuser cone and poor boiler performance. NOTE *Wiring arrangements may vary between vessels. 3.7.5 Accomplish all piping installation and restoration in accordance with the welding and testing requirements of SFLC Std Spec 0740. 3.7.5.1 Reconnect/reinstall all piping. 3.7.5.2 Renew boiler shell insulation. Install outer sheet metal wrap and exhaust ductwork to their original configuration. Renew all disturbed piping insulation and thermal blankets. 3.7.5.3 Renew all disturbed gaskets and fasteners. Verify that boiler relief valve is set at 2 psi above max operating pressure (per boiler dataplate). Renew the following associated valves for each designated boiler: 1 �� gate valve 1 �� solenoid valve 1 �� check valve. 3.7.5.4 If a Change Request is released and approved by the KO, the Contractor must install new insulation material over the exposed designated steam piping surfaces, including associated pipe hangers, valves, fittings, and flanges, in accordance with details in NAVSEA Drawing 804-5959214; select appropriate insulation materials and thicknesses for the application and temperature ranges specified in ASTM F683, Tables S1.1, S1.2, and S1.4. Paint the newly installed insulation system, in accordance with SFLC Std Spec 6310, using the system specified for �Insulation Surfaces, Fiberglass Sheet/Closed Cell PVC Foam� in Appendix B (Cutter and Boat Interior Paint Systems). 3.8 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, (Touch-ups and minor coating repairs.) NOTE: The Contractor must not drain any fluids into the bilges during the performance of this work item. All fluids must be drained and disposed of in accordance with all applicable Federal, state, and local regulations. Coast Guard personnel will operate all shipboard machinery and equipment. 3.9 Operational test, post repairs. After completion of work and in the presence of the Coast Guard Inspector, the Contractor must thoroughly test and demonstrate the equipment listed below to be in satisfactory operating condition. Submit a CFR. New boiler system including all associated valves New burners properly adjusted in accordance with manufacturer's instructions All new and disturbed components. 3.10 Label nameplate, installation. The Contractor must furnish and install a nameplate label onto the valves and pressure vessel; and must ensure each nameplate is made of the melamine type material with either engraved black letters on white background or white letters on black background, or metal photo type material with black letters photographically sealed onto an aluminum surface. 4. NOTES 4.1 Ship check. Due to numerous interferences and limited accessibility for the removal and installation of the boilers, all prospective bidders are strongly encouraged to perform a ship check prior to submitting bids. 4.2 Removal access. Historically, this work has been facilitated by cutting access through the deck. 4.3 Boiler feedwater. Ship�s Force will verify the water quality (cleanliness and chemistry) of the boiler system prior to resuming boiler operations. Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep. NOTE: *The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO 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 conforms to the solicitation and is 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 in conjunction with attached statement of work 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 13 February 2026 at 0900 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the Contracting Specialist- Tim Ford at email address TIMOTHY.S.FORD@USCG.MIL and the Contracting Officer- Sean Hoy at email address Sean.W.Hoy@uscg.mil. Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Specialist- Tim Ford at email address TIMOTHY.S.FORD@USCG.MIL and the Contracting Officer- Sean Hoy at email address Sean.W.Hoy@uscg.mil. The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023) FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) 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 (May 2024) to include Alt I (Nov 2021). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov. FAR 52.204-7 � System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov. Subject to ""Availability of Funds"" clause (FAR 52.232- 18) The following clauses, and others as directed 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 (Jan2025) (E.O.13126). 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 (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (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) NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement. *The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, System for Award Management 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 via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/af6e0a9476bd4422ab09244421fa41e3/view)
 
Place of Performance
Address: Saint Petersburg, FL 33701, USA
Zip Code: 33701
Country: USA
 
Record
SN07702886-F 20260204/260202230042 (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.