USCGC CYPRESS Hydrostatic test of Installed CO2 and handheld extinguishers
ID: 70Z08525Q0000040Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, 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, through the U.S. Coast Guard, is seeking qualified contractors to perform hydrostatic testing of fire suppression equipment aboard the USCGC CYPRESS, a 225-foot buoy tender. The contract requires testing nine high-pressure CO2 cylinders, multiple handheld extinguishers, and a galley fire suppression system, ensuring compliance with Coast Guard and NFPA regulations. This procurement is critical for maintaining the operational readiness and safety of fire suppression systems on the cutter, with all work to be conducted at a U.S. Coast Guard-approved facility in Alaska. Interested parties should contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil, with final deliverables due by November 22, 2024.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for the hydrostatic testing of fire fighting equipment aboard the USCGC CYPRESS, a 225-foot buoy tender. This contract encompasses testing nine high-pressure CO2 cylinders, multiple handheld extinguishers, a galley fire suppression system, and PECU oxygen bottles. The contractor is responsible for providing all necessary labor, equipment, and materials, ensuring compliance with relevant Coast Guard and NFPA regulations. Key tasks include disarming and draining the installed CO2 system, hydrostatically testing and refilling the extinguishers, and documenting all procedures. Performance of the work must occur at a U.S. Coast Guard-approved facility in Alaska, predominantly during standard business hours, with the possibility of extended hours if required. Progress reporting and documentation formats are specified, with final deliverables due by November 22, 2024. Inspection and acceptance of the work will be conducted by the Engineering Officer. The document emphasizes maintaining adherence to safety and regulatory standards throughout the process. Overall, this SOW specifies essential procedures and compliance requirements for maintaining the operational readiness of fire suppression systems on the cutter.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    NR1 Boiler Tube Repair
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the NR1 Boiler Tube Repair project for the USCGC ALEX HALEY, located in Kodiak, Alaska. The procurement involves the re-tubing of Boiler 1, which includes inspecting the boiler, renewing all 62 boiler tubes, conducting necessary structural repairs, and performing operational tests to ensure functionality, all while adhering to specified standards for welding and environmental compliance. This project is critical for maintaining the operational readiness and safety of the Coast Guard's assets, ensuring that the vessel meets federal, state, and local regulations. Interested vendors must submit their official quotes, including a SAM.gov registered UEI number, by 0800 Pacific Time on November 1, 2024, to the primary contact, Isaiah C. Ragan, at isaiah.c.ragan@uscg.mil.
    USCGC Polar Star CPP Oil FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the procurement of 878 gallons of MOBIL DTE 732 hydraulic oil for the USCGC Polar Star. The selected vendor will be responsible for delivering the oil to the US Coast Guard Base located at Pier 46F, 1519 Alaskan Way S., Seattle, WA, utilizing a truck with a 200-foot hose and 2-inch camlock fittings, while ensuring the ship is boomed during the onload process. This hydraulic oil is crucial for the operational efficiency of the vessel, and interested vendors should direct technical inquiries to Trevor Davenport and contracting inquiries to Joseph Legan, both reachable via email or phone. The solicitation was originally posted on October 8, 2024, and further details can be found in the attached Safety Data Sheet, which outlines handling precautions and environmental considerations for the product.
    OVERHAUL POLAR CLASS (WAGB-10) ICEBREAKER CONTROLLABLE PITCH PROPELLER (CPP) HUB ASSEMBLYs FY-25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the overhaul of the Controllable Pitch Propeller (CPP) hub assemblies for the POLAR STAR (WAGB-10) icebreaker, with a contract period spanning from May 1, 2025, to April 30, 2030. The contractor will be responsible for providing all necessary labor, materials, and equipment to meet the specifications outlined in the solicitation, which includes detailed processes for disassembly, inspection, and testing of the CPP hub assemblies. This procurement is critical for maintaining the operational capabilities of the icebreaker, ensuring it meets safety and performance standards. Interested parties must submit their proposals by October 31, 2024, and can direct inquiries to Robin B. Kloeppel at robin.b.kloeppel@uscg.mil or Abdul H. Toulas at Abdul.H.Toulas@uscg.mil for further clarification.
    USCGC Polar Star CPP Oil FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the procurement of 878 gallons of MOBIL DTE 10 EXCEL 32 hydraulic oil for the USCGC Polar Star. The selected vendor will be responsible for delivering the hydraulic oil to the US Coast Guard Base located at Pier 46F, 1519 Alaskan Way S., Seattle, WA 98134, utilizing a truck with a 200-foot long hose and 2-inch camlock fittings, while ensuring the ship is boomed during the onload process. This hydraulic oil is crucial for the operational efficiency of the vessel, and interested parties should direct technical inquiries to Trevor Davenport at trevor.a.davenport@uscg.mil or contracting inquiries to Joseph Legan at Joseph.M.Legan@uscg.mil, both reachable at 206-217-6260.
    52000QR240005818 USCGC HADDOCK FIRE MAIN PIPE REPAIR
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a service. The service being procured is the repair of the fire main pipe on the USCGC HADDOCK. The fire main pipe has been damaged due to corrosion, resulting in a small leak. To address this issue, a new section of piping will need to be fabricated and welded in place. The repair work involves cropping and renewing approximately three linear feet of 2-1/2" fire main piping and associated fittings/flanges. The contractor must also renew any valve label plate that is damaged or unreadable. Additionally, the contractor is required to perform hydrostatic and leak tests on the repaired piping and components. The repairs must be completed within three weeks of contract award, with an approximate start date of July 1, 2024. The place of performance is in San Diego, California. Interested offerors must submit their quotations by June 27, 2024.
    CGC VENTUROUS DS2 FY25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking potential contractors for dockside repairs on the USCGC Venturous (WMEC-625) during fiscal year 2025. The procurement aims to identify capable firms to perform a range of maintenance tasks, including cleaning, inspecting, and overhauling various systems such as fuel tanks and ventilation ducts, detailed across 31 distinct work items. This opportunity is crucial for ensuring the operational readiness of the cutter, with the anticipated performance period set from May 12, 2025, to July 10, 2025. Interested companies are encouraged to submit their capabilities, business size classification under NAICS code 336611, and past performance data to Alissa Gavalian at alissa.gavalian@uscg.mil or Kaity George at Kaity.George@uscg.mil, as the government conducts market research to inform future solicitations.
    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 seeking qualified small businesses to provide inspection, testing, maintenance, and repair services for the Plymovent Exhaust Removal System at Base Elizabeth City, North Carolina. The contractor will be responsible for all necessary labor, materials, and equipment, including conducting quarterly inspections and performing repairs as needed, while ensuring compliance with safety regulations and maintaining quality control throughout the contract. This procurement is crucial for ensuring the operational efficiency and safety of exhaust removal systems, 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 primary contact, SK1 Luis R. Perez, at luis.r.perez1@uscg.mil, and must have an active vendor record at SAM.gov to be eligible for consideration.
    CGC RESOLUTE #1 SSDG Long Block OVHL KIT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a Long Block Parts Kit for the Caterpillar 3406 engine, intended for use on the USCGC ALERT. The procurement requires that all components be OEM-certified, either new or remanufactured, and must be delivered to the vessel's homeport during the week of August 12, 2024, with strict adherence to the delivery schedule. This parts kit is critical for maintaining the operational readiness of the cutter, ensuring efficient performance and compliance with federal standards. Interested vendors must submit their firm fixed price proposals by October 24, 2024, at 09:00 A.M. EST, and can direct inquiries to Jacqueline D. Handley or Damon Jones via the provided email addresses.