USCGC NAUSHON Annual FM200 Inspect & Test
ID: 52000QR250000193Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the annual inspection and testing of the FM200 fire suppression system aboard the USCGC NAUSHON. The contractor will be responsible for conducting the inspection in accordance with established guidelines, ensuring compliance with safety protocols, and providing recommendations for any necessary repairs. This procurement is critical for maintaining the operational readiness of the fire suppression system, which is vital for safety during maritime operations. Proposals must be submitted by October 28, 2024, at 10:00 A.M. Eastern Standard Time, and interested parties should contact Cornelius Claiborne at cornelius.N.claiborne@uscg.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items," which is a Federal Acquisition Regulation (FAR) clause applicable to contracts for commercial items. It emphasizes the contractor's obligation to adhere to various FAR clauses that enforce federal laws and executive orders in their contracts. Key provisions include prohibitions related to confidentiality agreements, specific prohibited software and services, contracting with inverted domestic corporations, and requirements for equal opportunity and labor standards. The structure categorizes clauses into different paragraphs, detailing mandatory compliance for contractors while also providing a checklist for contracting officers on which additional clauses to apply. The comprehensive nature of these regulations ensures accountability and adherence to legal and ethical standards within government contracts, particularly focusing on supporting small businesses and ensuring fair labor practices. Overall, the document serves as a critical framework for maintaining integrity and compliance in government procurement processes by imposing necessary legal responsibilities on contractors and ensuring they embody certain ethical principles.
    The Statement of Work (SOW) outlines the requirements for the inspection and testing of the FM200 fire suppression system aboard the USCGC NAUSHON. The U.S. Coast Guard seeks a qualified entity with trained personnel to perform the inspection in accordance with referenced guidelines, providing recommendations for repairs if needed. The work is to be completed between November 1 and November 15, 2024, at the vessel's location in Homer, Alaska. Essential preliminary and operational steps are detailed, emphasizing safety measures, including a backup firefighting capability and escape protocols during the system's testing. The contractor is required to ensure compliance with various equipment operating standards and safety protocols while completing the testing tasks, such as verifying system actuation times and condition of component hoses. The document demonstrates a commitment to maintaining the operational readiness of the fire suppression system while ensuring the safety of all personnel involved. The comprehensive instructions and safety warnings indicate the government's focus on risk mitigation in high-stakes environments, consistent with broader federal goals of ensuring safety and compliance in military operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USCGC ISAAC MAYO FM200 Troubleshoot & Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for troubleshooting and repairing the FM-200 fire protection system aboard the USCGC ISAAC MAYO (WPC 1112) in Key West, Florida. The contractor will be responsible for diagnosing and addressing faults in the fire detection system, which includes issues with flame and thermal detectors, ensuring the vessel's operational safety and efficacy. This procurement is critical for maintaining the safety standards of the Coast Guard's fleet, with work scheduled for either November 4-6, 2024, or November 12-14, 2024. Interested contractors must submit their proposals by October 28, 2024, at 10:00 A.M. EST, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Stacy Spalding at stacy.j.spalding@uscg.mil.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Active
    Homeland Security, Department Of
    The US Coast Guard Surface Force Logistics Center invites quotations for the inspection and service of CO2 and APC marine fire suppression systems on the USCGC OAK. This combined synopsis and solicitation seek a firm-fixed-price contract under FAR Part 13.5. The work involves providing all necessary labor, supervision, and materials to inspect and service the fire suppression systems aboard the vessel, which is docked in Newport, Rhode Island. The contract is intended for small businesses, and all responsible vendors are encouraged to submit quotations. The deadline for submission is 12 pm Pacific Time on September 27th, 2023. Vendors must email their quotes to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil and ensure receipt is acknowledged by the Coast Guard. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular 2005-65. Vendors must comply with the small business standards and use a SAM.gov registered DUNS number on their quotes. For more information, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or 5103931145.
    Fire Detection System Inspect and Test
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, is seeking a Fire Detection System Inspect and Test service. This service is typically used to ensure the proper functioning and safety of fire detection systems on ships and marine equipment. The place of performance for this procurement is in Alameda, CA. Interested vendors must submit their quotes by 0800 Pacific Time on November 7, 2023, and the contract will be awarded on a firm-fixed-price basis. For more details, interested vendors can refer to the attached statement of work.
    Open inspect and report NOZZLE FUEL INJECTION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the overhaul and repair of a Nozzle Fuel Injection system, identified by stock number 2910-12-396-9474 and part number EX59407500022, manufactured by Rolls-Royce Solutions GmbH. The procurement involves opening, inspecting, reporting, and overhauling the specified fuel injection nozzle, with a requirement for compliance with proprietary MTU standards and the use of genuine OEM parts to restore performance to original specifications. This service is critical for maintaining the operational readiness of Coast Guard vessels, ensuring safety and efficiency in their fuel systems. Quotes are due by October 27, 2024, at 9 AM EDT, and interested parties should direct inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    Exhaust removal system inspection, testing, maintenance and repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the inspection, testing, maintenance, and repair of the Plymovent Exhaust Removal System at the Coast Guard Base in Elizabeth City, North Carolina. Contractors are required to provide all necessary supervision, labor, materials, and equipment to ensure the system's functionality, including conducting quarterly inspections and performing repairs as needed, while adhering to safety regulations and quality control measures. This procurement is exclusively set aside for small businesses under NAICS code 561210, with a firm-fixed price contract anticipated. Interested parties must submit their quotes by noon Eastern Time on October 29, 2024, via email to the designated contact, SK1 Luis R. Perez, and ensure compliance with all submission requirements, including an active vendor record at SAM.gov.
    COFFERDAM INSTALLATION AND REMOVAL AND FULL HULL CLEANING
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the installation and removal of cofferdams and full hull cleaning services for the Coast Guard Cutter (CGC) Reliance. The project requires specialized services, including the provision of a Sea chest air conditioning unit, as part of the cutter's annual maintenance, scheduled to take place from November 4 to November 8, 2024, in Pensacola, Florida. This procurement is critical for maintaining the operational efficiency of the CGC Reliance within the U.S. Coast Guard fleet. Interested vendors must submit their firm fixed price proposals by October 28, 2024, and can direct inquiries to Sandy Reed-Robinson at sandy.m.reed-robinson@uscg.mil or Damon Jones at damon.d.jones@uscg.mil.
    INSULATION RENEWAL ON 45’ RESPONSE BOAT - MEDIUM
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified contractors for the insulation renewal of a 45-foot Response Boat – Medium (RB-M) at the Coast Guard Base in Miami Beach, Florida. The project requires contractors to provide all necessary labor, materials, and equipment to install insulation in the Engine Room Machinery Space, adhering to specific guidelines and using designated materials such as Pyrotek “QUADZERO” and Owens Corning insulation. This initiative is crucial for maintaining the operational readiness and safety standards of the Coast Guard's vessels. Interested vendors must submit their quotes by November 13, 2024, with work expected to commence no later than 10 days after contract award, and are encouraged to contact Bryan Goltz at Bryan.W.Goltz@uscg.mil for further inquiries and to arrange a site visit.
    OPEN, INSPECT AND REPORT TURBOCHARGER
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the opening, inspection, reporting, and possible overhaul of a turbocharger (NSN 2950-01-233-3468) used in the Medium Endurance Product Line. The procurement requires compliance with OEM specifications and entails a firm fixed repair price, with an inspection cost to be paid if the item is deemed beyond economic repair. This turbocharger is critical for the operational readiness of Coast Guard vessels, and all submissions must adhere to strict packaging and marking requirements as outlined in the associated documentation. Interested vendors must submit their quotes by October 20, 2024, at 10:00 AM EDT, and direct any inquiries to Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    WINSLOW, GRIESSER TECHNICAL SERVICE BUILD / INSTALL / TESTING OF SHAFT SEALS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide technical services for the build, installation, and testing of shaft seals for the Coast Guard Cutter Winslow, Griesser, at the U.S. Coast Guard Yard in Baltimore, Maryland. The contractor will be responsible for overseeing the installation and testing of propulsion shaft seals, which includes cleaning, inspecting, and renewing various components, with work scheduled to commence around December 1, 2024. This project is critical for maintaining the operational efficiency and safety of the vessel, adhering to stringent quality management and safety protocols, including compliance with OSHA standards and the RAPIDGate Program for secure access. Interested vendors must submit their quotes by November 1, 2024, to Erica Perry at erica.l.perry@uscg.mil, and ensure adherence to all specified regulations and requirements outlined in the solicitation and attached Statement of Work.
    POWER SUPPLY
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a power supply unit as part of a combined synopsis/solicitation. The requirement includes four units of a specific power supply (NSN: 6120-01-710-8130) that must meet detailed specifications, including temperature range, modular amplifiers, and packaging standards in accordance with ASTM-D-3951. This procurement is crucial for supporting communication systems within the Coast Guard, ensuring operational readiness and reliability. Interested vendors must submit their quotations by October 28, 2024, at 10:00 AM Eastern Standard Time, and should contact Donna Scandaliato at donna.m.scandaliato@uscg.mil for further inquiries.