Fire Detection System Inspect and Test
ID: 70Z08525Q203Type: 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 contractors to inspect and test the fire detection system aboard the USCGC Bertholf (WMSL 750) at a facility in Alameda, California. The procurement involves ensuring compliance with the Surface Forces Logistics Center Standard Specifications, which includes inspecting and testing a Siemens MXL fire detection system, conducting operational tests in accordance with NFPA-72 standards, and managing all associated electrical work. This opportunity is critical for maintaining the safety and operational readiness of the vessel's fire detection capabilities. Interested small businesses must submit their proposals by the specified deadlines, with the performance period set from March 24, 2025, to May 23, 2025. For further inquiries, contractors can contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or Tyler Melton at Tyler.k.melton@uscg.mil.

    Files
    Title
    Posted
    This document outlines the specifications for commercial contractors performing vessel repairs on the USCGC Bertholf at a Coast Guard facility from February 24 to April 9, 2025. It states general requirements for the repair of the Fire Detection System, referencing specific Coast Guard drawings and publications that govern standards and procedures. Contractors are tasked with sourcing all necessary materials, conducting inspections and tests of the fire alarm system in accordance with NFPA 72, and performing associated electrical work. A qualified technician from Siemens must oversee and assist in the repair processes to ensure compliance with operational standards. Key tasks include conducting an operational test in the presence of Coast Guard personnel, maintaining protective measures during repairs, and properly documenting all inspections and tests. Finalizing the work includes touch-up preservation of any affected surfaces. This structured specification serves as a crucial guideline for contractors, ensuring safety and compliance with the Coast Guard's operational and structural standards.
    This document outlines the general requirements for commercial contractors to perform vessel repairs on the USCGC BERTHOLF (WMSL 750) at a Coast Guard facility in Alameda, CA, from March 17, 2025, to May 13, 2025. The contractor is responsible for ensuring conformity with the specified requirements from the Surface Forces Logistics Center Standard Specifications, including obtaining necessary materials and implementing protective measures during repairs. Specific work entails inspecting and testing a Siemens MXL fire detection system, which includes various detectors and alarm components. The contractor must provide a qualified technical representative familiar with the fire detection system for oversight and compliance with manufacturer standards. An operational test must be conducted pre- and post-repair to confirm the system's operational condition, as mandated by NFPA-72 standards. Additionally, the contractor must ensure all electrical work and testing adheres to defined specifications while managing project interferences. The document highlights the necessity for adherence to both safety requirements and Coast Guard protocols, reflecting the rigorous standards expected in federal contracting for maritime operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CGC MIDGETT - Fire Detection System, Inspect & Test
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to inspect and test the Fire Detection System aboard the USCGC MIDGETT (WMSL 757) at a facility in Honolulu, Hawaii. The procurement requires contractors to adhere to specific standards, including compliance with NFPA 72, and to develop a comprehensive test plan that includes electrical testing and documentation of results to ensure the vessel's operational readiness. This opportunity is critical for maintaining safety and compliance in maritime operations, emphasizing the importance of effective fire prevention and response systems. Interested parties should contact Tyler Melton at Tyler.k.melton@uscg.mil or 510-437-5437, or Kyler Fisk at KYLER.C.FISK@USCG.MIL or 949-288-1271, with the performance period set from April 9, 2025, to July 1, 2025, under a Total Small Business Set-Aside.
    BERTHOLF exhaust piping renewal
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the renewal of exhaust piping on the 3 Ships Service Diesel Generator aboard the BERTHOLF vessel. The project requires adherence to the Surface Forces Logistics Center Standard Specifications, including safety measures such as protective protocols, fluid disposal, and gas-free certification during hot work operations. This procurement is critical for maintaining the operational integrity and safety of Coast Guard vessels, with work to be performed at Coast Guard Island in Alameda, California, and anticipated completion by April 21. Interested parties should contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436, or Donna O'Neal at Donna.J.O'Neal@uscg.mil or 510-393-1145 for further details.
    Fire Alarm Inspection and Certification - MSU Valdez
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a service contract focused on the inspection and certification of fire alarm systems at the Marine Support Unit in Valdez, Alaska. The contractor will be responsible for the inspection, repair, and annual certification of the ANSUL Autopulse Z-10 fire detection and suppression systems, which includes tasks such as hydrotesting, valve rebuilds, and leak testing, with a 60-day post-certification service option. This procurement is crucial for maintaining safety and compliance with federal operational standards, ensuring that fire control equipment is functional and reliable. Interested bidders are encouraged to conduct site visits and must submit their proposals to Robbin Kessler at robbin.m.kessler@uscg.mil, with the contract set aside for small businesses under the SBA guidelines.
    CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
    Buyer not available
    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.
    CGC JAMES - AFFF MONITOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of a National Foam HMB-4 Remote Control Hydraulic Monitor, which is critical for fire suppression operations on the CGC JAMES. This procurement is part of the maintenance efforts for the CGC HAMILTON, necessitating the replacement of a damaged harness to ensure operational readiness and compliance with safety standards. The period of performance for this contract extends until November 31, 2024, with delivery directed to CGC JAMES in North Charleston, South Carolina. Interested parties should contact Tyler Melton at Tyler.k.melton@uscg.mil or by phone at 510-437-5437 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    USCGC HOLLYHOCK REDUCTION GEAR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide technical services for the inspection and repair of the Main Reduction Gear (MRG) on the USCGC Sequoia (WLB-215) following a casualty involving failures of the generator pinion and PTO shaft. The contractor will conduct a comprehensive evaluation of the damages, perform general inspections, disassemble components to identify further damage, and oversee the repair process, ensuring operational readiness of the vessel. This initiative is crucial for maintaining the operational capabilities of the U.S. Coast Guard fleet. The service period is scheduled for three days from December 16-18, 2024, at the CGC Sequoia in Port Huron, MI. Interested parties can contact Brenden Cox at brenden.s.cox@uscg.mil or Tyler Melton at tyler.k.melton@uscg.mil for further details.
    WAESCHE FY26 –Dockside for maintenance/repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside maintenance and repairs of the USCGC WAESCHE (WMSL-751) during its fiscal year 2026 availability at its homeport in Alameda, California. Interested companies are required to provide information regarding their service availability from October 20, 2025, to January 12, 2026, along with their qualifications and past performance that demonstrate their capability to fulfill the contract requirements. This procurement is crucial for ensuring the operational readiness of the vessel, and it is set aside for small businesses under the SBA guidelines. Interested parties should contact Robin B. Kloeppel at robin.b.kloeppel@uscg.mil or call 206-827-4342 for further details and to express their interest in participating in this opportunity.
    BUILD, INSTALL, TEST SHAFT SEALS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to build, install, and test propulsion shaft seals for the Coast Guard Cutter Harold Miller at the USCG Yard in Baltimore, Maryland. The project requires contractors to perform tasks such as cleaning and inspecting existing components, renewing expendable parts, and ensuring compliance with safety and environmental regulations, with work scheduled to commence around May 14, 2025. This procurement is critical for maintaining the operational readiness of the vessel and ensuring compliance with quality management standards. Interested small businesses must submit their proposals by March 19, 2025, to the designated contact, SK2 Tyrone Johnson, at TYRONE.W.JOHNSON@USCG.MIL, with a firm fixed-price purchase order awarded to the lowest priced technically acceptable vendor.
    DRYDOCK: USCGC MELVIN BELL DRYDOCK FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydocking of the USCGC Melvin Bell (WPC-1155) during fiscal year 2025. The procurement involves essential repairs and inspections of various systems, including propulsion shafting, hull plating, and onboard systems, with a focus on maintaining operational readiness and compliance with safety regulations. This contract is set aside for small businesses, particularly Women-Owned Small Businesses, and is expected to commence on September 2, 2025, with a completion date of December 30, 2025, contingent upon funding availability. Interested contractors should contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further details.
    Replace Fire Alarm System at U.S. Coast Guard, Narragansett, Rhode Island
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the replacement of the fire alarm system at its facility in Narragansett, Rhode Island. The project entails the design and installation of a new addressable class A fire alarm system across multiple buildings, ensuring compliance with ADA, state codes, and National Fire Protection Association (NFPA) standards. This initiative is critical for enhancing safety protocols at the Coast Guard's multi-mission facility, with an estimated project cost ranging from $250,000 to $500,000, designated as a Total Small Business Set-Aside. Interested contractors must submit their bids by April 1, 2025, and are encouraged to attend a mandatory site visit scheduled for March 12, 2025, to accurately assess the project scope. For further inquiries, potential bidders can contact Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.