USCGC KIMBALL Fire Detection System Inspect and Test
ID: 70Z08526Q01201Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

HOUSEKEEPING- FIRE PROTECTION (S202)

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 contractors to provide inspection and testing services for the fire detection system aboard the USCGC KIMBALL, located in Honolulu, Hawaii. The contract requires comprehensive services, including inspection, testing, and reporting on the shipboard fire fighting detection system, with the performance period set from February 9 to February 13, 2026. This procurement is critical for ensuring the operational readiness and safety of the vessel, emphasizing the importance of compliance with federal acquisition regulations and standards. Interested small businesses must submit their proposals electronically, demonstrating their technical capabilities and past performance, with all submissions due by the specified deadline. For further inquiries, contact Jason Garris at JASON.A.GARRIS@USCG.MIL or Sean McTague at Sean.P.McTague@uscg.mil.

    Files
    Title
    Posted
    The document, "FAR CLAUSES FOR SOLICITATION 70Z08526Q01201," outlines mandatory federal acquisition regulations and clauses incorporated by reference for a fixed-price service contract below the simplified acquisition threshold. Key requirements cover System for Award Management (SAM) registration and maintenance, prohibitions against contracting with entities associated with Kaspersky Lab, ByteDance, or inverted domestic corporations, and restrictions on certain telecommunications equipment. It mandates compliance with small business set-aside rules, labor standards including fair wages, equal opportunity, and prohibitions against convict labor and human trafficking. The document also addresses environmental protection, privacy safeguards, payment terms, dispute resolution, and conditions for contract changes and termination. It notes that SAM may still require representations based on provisions not explicitly included in current solicitations.
    Solicitation 70Z08526Q01201 outlines critical FAR provisions for offerors, focusing on ethical contracting, system registrations, and supply chain security. Key requirements include representations regarding internal confidentiality agreements, System for Award Management (SAM) registration (FAR 52.204-7), and commercial and government entity (CAGE) code reporting. Offerors must also disclose ownership or control, and confirm they are not inverted domestic corporations. Instructions detail subcontractor disclosure: any subcontractor performing over 20% of the total contract value or critical elements must be identified with their name, business size, and work description. The government will evaluate proposed subcontractors for technical capability and performance risk, while the prime contractor remains fully responsible. Small business program representations and certifications are mandatory. Additionally, the solicitation includes FAR 52.204-29, requiring offerors to represent whether they are subject to Federal Acquisition Supply Chain Security Act (FASCSA) exclusion or removal orders, disclose covered articles if applicable, and immediately report any such orders after offer submission. This ensures compliance with federal acquisition regulations and supply chain integrity.
    This document outlines the general requirements and specific tasks for commercial contractors performing repairs on Coast Guard vessels, focusing on the inspection and testing of the Fire Detection System on the USCGC KIMBALL. The work, scheduled from February 9-13, 2026, at USCG Base Honolulu, requires adherence to SFLC Standard Specifications for welding, fire prevention, and electrical work. Contractors must provide a Qualified Technical Representative familiar with marine fire systems, submit a Fire Prevention Plan, and develop a detailed test plan in consultation with the Tech Rep. Key requirements include performing 100% tests on all fire detection system field devices, replacing batteries, and conducting operational tests post-repairs. The contractor must also address protective measures, interferences, and touch-up preservation. Proposals must include company information, past performance, technical representative certifications, and contact details for site visits.
    This document, Wage Determination No. 2015-5689, outlines prevailing wage rates and fringe benefits for service contract employees in American Samoa, Hawaii, and Johnston Island, effective December 3, 2025. It specifies hourly rates for various administrative, automotive, food service, health, IT, and other occupations. The determination also details benefits such as health and welfare, vacation, and eleven paid holidays. Special conditions apply to computer employees, air traffic controllers, and weather observers, including night and Sunday pay differentials. Hazardous pay differentials for work with ordnance and uniform allowance guidelines are also provided. The document includes a conformance process for unlisted job classifications, emphasizing adherence to Service Contract Act regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Gaylord Hood Ventilation System, Clean and Inspect
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide cleaning, inspection, and recertification services for the Gaylord Hood Ventilation System aboard the Coast Guard Cutter Joseph Gerczak in Honolulu, Hawaii. The contractor will be responsible for cleaning approximately 15 linear feet of ducting, adhering to specific Coast Guard standards, and ensuring the functionality of the fixed fire extinguishing system, including testing and recertification according to manufacturer requirements. This procurement is critical for maintaining safety and operational readiness on Coast Guard vessels, with the performance period scheduled from January 26, 2026, to March 9, 2026. Interested contractors must submit their firm fixed price proposals by January 8, 2026, at 1:00 PM EST, and can direct inquiries to Nichole Cundiff at Nichole.A.Cundiff@uscg.mil or Joshua Miller at Joshua.N.Miller@uscg.mil.
    USCGC-KUKUI-DOCKSIDE-REPAIRS AMENDMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC KUKUI (WLB 203), a 225-foot Seagoing Buoy Tender. The scope of work includes essential repairs such as cleaning and inspecting tanks, servicing hydraulic equipment, renewing piping, replacing windows, and preserving decks, with the performance period anticipated from March 31, 2026, to June 9, 2026. This procurement is crucial for maintaining the operational readiness of the vessel, which plays a vital role in maritime operations. Interested companies, including small businesses and those owned by veterans or women, must submit their responses by December 31, 2025, at 2:00 PM EST, to the primary contacts, Jayne Gluck and Sandra A. Martinez, with the necessary documentation to support their business size status and intent to bid.
    Commercial Cleaning Ventilation CGC Forward
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a commercial cleaning and inspection project of the ventilation systems aboard the USCGC FORWARD (WMEC 911) in Portsmouth, Virginia. The primary objective is to enhance airflow, improve air quality for the crew, and ensure ship safety by reducing fire hazards through thorough cleaning of various ventilation systems, including those in the engine room, galley, pantry, and laundry areas. This contract is set aside for small businesses and includes a 14-day base period with four option periods, requiring contractors to provide qualified personnel, a project manager, and adhere to strict security and reporting guidelines. Interested parties should contact Kyler Madison at kyler.d.madison@uscg.mil or 571-610-5345 for further details.
    Fire Alarm Suppression System Services for USCG Base New Orleans
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide fire alarm suppression system services at the Coast Guard Base in New Orleans, Louisiana. The procurement involves inspections and testing of fire protection systems in compliance with National Fire Protection Association (NFPA) standards, with a focus on ensuring safety and regulatory compliance across multiple facilities. This contract is a total small business set-aside, featuring a one-year base period from January 1, 2026, to December 31, 2026, followed by four one-year option periods, extending through December 31, 2030. Interested contractors must submit their quotes to Joel Ivy at Joel.S.Ivy@uscg.mil by the specified deadline and ensure they are registered in SAM.gov. Additionally, contractors should review the performance work statement and consider a site visit for accurate assessments of existing conditions.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    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.
    USCGC MOWAWK Dockside FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC MOHAWK (WMEC-913) during its fiscal year 2026 availability. The procurement involves comprehensive dockside repairs, including cleaning and inspecting various fuel and water tanks, inspecting and overhauling critical machinery, and ensuring the vessel's operational readiness. This opportunity is crucial for maintaining the operational capabilities of the 270-foot Medium Endurance Cutter, which is homeported in Key West, Florida. Interested small businesses must submit their capabilities and relevant documentation by 4:00 PM EST on January 2, 2026, to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil, with the anticipated performance period spanning from August 10 to October 4, 2026.
    USCGC Kanawha Dock Side Exhaust Cleaning
    Homeland Security, Department Of
    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.
    USCGC Paul, Clark Shaft Seal Tech Rep
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide technical representation for the installation and testing of X2 propulsion shaft seals on the USCGC Paul, with work expected to commence around April 10, 2026. The contractor will be responsible for overhauling existing seals, inspecting components, and renewing expendable parts, while adhering to strict safety and environmental regulations, including compliance with OSHA and ISO standards. This procurement is crucial for maintaining the operational readiness of the vessel, and interested parties must submit their quotes by January 5, 2026, to Jariel Ocasio at jariel.o.ocasiorodriguez@uscg.mil, ensuring all submissions include the required drawings and comply with the outlined specifications.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    USCGC ESCANABA Dockside Repairs FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform dockside repairs on the USCGC ESCANABA (WMEC-907) for fiscal year 2026. The scope of work includes structural, electrical, and coating preservation tasks, with specific requirements for cleaning, inspecting, and overhauling various ship components, as well as adherence to federal acquisition regulations and Coast Guard standards. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and performance standards. Interested contractors must submit their proposals by January 13, 2026, and can contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.