CGC STURGEON BAY WATER MIST FIRE SUPRESSION TESTING WITH UPDATE SOW
ID: 70Z08526Q0000855Type: 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

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

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 qualified small businesses to provide services for the Hi-Fog Water Mist Fire Suppression System on the USCGC Sturgeon Bay, located in Bayonne, New Jersey. The contractor will be responsible for conducting a 5-year and annual inspection, renewing 29 bottles, and ensuring the system operates correctly, which includes setting up, testing, and returning the system to normal operation. This procurement is crucial for maintaining the safety and operational readiness of the vessel's fire suppression capabilities. Interested vendors must submit their quotations by 0800 Pacific Time on December 29, 2025, with the performance period scheduled from December 22 to December 29, 2025. For further inquiries, contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.

    Files
    Title
    Posted
    This Statement of Work outlines the requirements for a contractor to perform a 5-year and annual inspection, including the renewal of 29 bottles, for the Hi-Fog Water Mist Fire Suppression System on the CGC STURGEON BAY, located in Bayonne, NJ. The contractor must be a HI-FOG certified technician and will be responsible for setting up, testing, and returning the system to normal operation, ensuring all components function correctly. Key replacement parts are specified, including various repair kits, hoses, filters, and valves. Any discrepancies found must be noted and corrected only if no additional cost is incurred; otherwise, approval from the customer is required. The period of performance is from December 22, 2025, to December 29, 2025. The document provides contact information for the Engineer Petty Officer at USCGSC Sturgeon Bay.
    This Statement of Work outlines the requirements for the annual inspection and renewal of 29 bottles for the Hi-Fog Water Mist Fire Suppression System on the CGC STURGEON BAY, located in Bayonne, NJ. The contractor must be a HI-FOG certified technician and will be responsible for setting up, testing, and returning the system to normal operation. This includes ensuring all connections, fittings, and equipment function correctly. The work is guided by MPC R-A-13380, R-M-13373, and R-C-14526. Any discrepancies found will be noted, and corrections incurring additional costs must be approved by the customer. The period of performance is from December 1, 2025, to December 15, 2025. The point of contact is MCKM Thaddeus Brandt, Engineer Petty Officer, USCGSC Sturgeon Bay.
    This is a combined synopsis/solicitation (RFQ #70Z08526Q0000762) for commercial items/services, issued by the United States Coast Guard Surface Force Logistics Center. The solicitation is a totally small business set-aside with NAICS Code 336611 and a small business size standard of 1250. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures. The requirement is for a HI-FOG certified technician to provide a 5-year and annual inspection, renewal of 29 bottles, and certification of the Hi-Fog Water Mist Fire Suppression System on the USCGC STURGEON BAY (OPFAC: 17509) located in Bayonne, NJ. The contractor must perform testing, ensure correct operation of the system, and replace specific parts, including repair kits, hoses, filters, and valves. All responses are due by 0800 Pacific Time on December 9th, 2025. The period of performance is December 22nd, 2025, to December 29th, 2025.
    This document is a combined synopsis/solicitation (RFQ 70Z08526Q0000855) from the United States Coast Guard Surface Force Logistics Center for commercial services. It requests quotations for parts and services for the annual inspection and renewal of 29 bottles for the Hi-Fog Water Mist Fire Suppression System on the USCGC STURGEON BAY in Bayonne, NJ. The contractor must be a HI-FOG certified technician, set up and test the system, and ensure all components are operating correctly, following specific MPC guidelines (R-A-13380, R-M-13373, R-C-14526). Discrepancies found should be noted and corrected without additional cost, or approved by the customer if costs are incurred. This is a total small business set-aside with a NAICS code of 336611 and a small business size standard of 1250. The contract will be firm-fixed-price, awarded using simplified acquisition procedures. Responses are due by 0800 Pacific Time, November 28th, 2025, with the period of performance from December 1st to December 15th, 2025.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    52000QR260001472 USCGC BAILEY BARCO FM200 AND GALLEY HOOD INSPECTION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to conduct inspection and testing of the fire suppression systems aboard the CGC Bailey Barco, including five-year visual inspections for six FM200 cylinders and hydrostatic testing of the galley system. This procurement is critical for ensuring the operational readiness and safety compliance of the cutter's fire suppression systems, adhering to established maintenance procedures and industry standards. Interested vendors must have trained personnel with relevant experience in marine Chemetron Fire Systems and are required to submit their proposals by December 17, 2025, with the work to be completed by December 30, 2025. For further inquiries, vendors can contact Timothy Ford at timothy.s.ford@uscg.mil or Joshua Miller at joshua.n.miller@uscg.mil.
    Air Station Detroit Fire Suppression System Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire suppression system at Air Station Detroit, located at Selfridge ANGB in Michigan. The procurement involves a request for quotation (RFQ) for commercial services, focusing on the inspection of installed fire alarms and suppression systems in accordance with the attached Statement of Work (SOW). This opportunity is critical for ensuring the safety and operational readiness of fire control equipment, which plays a vital role in emergency response and safety protocols. Interested small businesses must submit their bids through the Unison Marketplace platform, with questions directed to Marketplace Support at marketplacesupport@unisonglobal.com or by calling 877-933-3243. The solicitation emphasizes a total small business set-aside and will utilize an online competitive reverse auction format to enhance vendor participation.
    USCGC Sturgeon Bay MPCMS Grooming
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractor services for the grooming of the Machinery Plant Control-Monitoring System (MPC-MS) aboard the Cutter Sturgeon Bay (WTGB-109). The primary objective is to conduct a comprehensive inspection, grooming, and verification of the MPC-MS to ensure operational readiness, which includes tasks such as hardware inspection, correcting wiring discrepancies, calibrating sensors, and performing operational testing across various systems. This project is critical for maintaining the functionality and safety of the cutter's systems, with the period of performance scheduled for January 5-9, 2026. Interested contractors can reach out to Justin Wooldridge at justin.r.wooldridge2@uscg.mil or 206-820-5327 for further details.
    USCGC Kanawha Dock Side Exhaust Cleaning
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the cleaning of the exhaust system onboard the USCGC Kanawha, with the contract being set aside for small businesses. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the cleaning as outlined in the attached Statement of Work (SOW) and associated ship drawings. This procurement is critical for maintaining the operational efficiency and safety of the vessel, ensuring compliance with industry standards. Interested vendors must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and can contact Mr. Justin Austin at Justin.c.austin@uscg.mil or 985-273-4082 for further information.
    Terminal, Ventilation Duct
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of a Terminal, Ventilation Duct, which is critical for engine room and generator room supply and exhaust systems. The required item includes a fire damper with specific dimensions and packaging requirements, and it must be sourced from Murray Ventilation Products, LLC, as substitute parts are not acceptable. Interested vendors must ensure compliance with stringent packaging and marking standards, and submit their quotations by December 5, 2025, at 10:00 AM Eastern Standard Time, to be considered for this Firm Fixed Price Contract. For further inquiries, potential offerors can contact Donna Scandaliato at 410-762-6259 or via email at DONNA.M.SCANDALIATO@USCG.MIL.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The primary requirement is for a Hobart model No. AM16-BAS-4 sanitizer, which is essential for maintaining sanitary conditions aboard the cutter, as the current unit has been deemed non-operational after years of temporary repairs. The work will take place in Cape Canaveral, Florida, with a performance period spanning from February to March 2026, and interested vendors must submit their quotes by December 15, 2025, at 9 A.M. EST. For further inquiries, vendors can contact Timothy Ford or Sean Hoy via email at timothy.s.ford@uscg.mil and sean.w.hoy@uscg.mil, respectively.
    USCGC Kanawha Dockside Components Blast and Paint
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to provide blasting and painting services for components of the USCGC Kanawha at their Industrial Production Facility in St. Louis, Missouri. The contractor will be responsible for all labor, materials, and equipment necessary to complete the project, which includes surface preparation, non-destructive testing, and application of a USCG-approved painting system, adhering to specific quality and safety standards. This procurement is crucial for maintaining the operational readiness of the vessel, with a firm-fixed price service contract expected to be awarded to the lowest-priced quoter. Interested parties must submit their quotes by January 9, 2026, and direct any questions to Mr. Justin Austin at Justin.c.austin@uscg.mil or by phone at 985-273-4082.
    FDVS CAMERA SYSTEM
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.