CGC MIDGETT - Fire Detection System, Inspect & Test
ID: 70Z08525Q11312Type: 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 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.

    Files
    Title
    Posted
    The document outlines the requirements for conducting vessel repairs on the USCGC MIDGETT (WMSL 757) by commercial contractors at a Coast Guard facility. It specifies the scope of work, references applicable technical documents, and details the standards that the contractor must adhere to, including Coast Guard drawings and various Surface Forces Logistics Center specifications. The main tasks include inspecting and testing the Fire Detection System, with an emphasis on compliance with NFPA 72 standards. Key requirements include securing a Qualified Technical Representative (Tech Rep) for oversight, ensuring all testing instruments are available and operational, and developing a comprehensive test plan detailing inspection protocols. The contractor must also perform electrical testing, document results, and verify the functionality of fire detection and alarm systems. The performance period is set from April 9, 2025, to July 1, 2025, at the facility located in Honolulu, HI. This technical specification emphasizes the necessity of maintaining safety and compliance with established fire prevention and response standards, ultimately ensuring the vessel’s operational readiness. Such details are critical in securing federal grants or fulfilling RFP obligations related to government contracting for maritime safety services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Fire Detection System Inspect and 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 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.
    Dockside (DS): USCGC MIDGETT FY26 Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources for dockside repairs of the Coast Guard Cutter MIDGETT (WMSL 757) in Honolulu, Hawaii, scheduled for fiscal year 2026. The procurement involves approximately seven work items requiring compliance with stringent specifications related to environmental protection, fire safety, and quality assurance, as outlined in the attached specifications document. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring adherence to federal and regulatory standards in maritime operations. Interested contractors must respond to the sources sought notice by March 24, 2025, with proposals anticipated to be solicited around May 6, 2025, and contract awards expected between July 18-20, 2025. For inquiries, contact Andrew G. Jacobs at andrew.g.jacobs@uscg.mil or ENG3 John Webber at john.webber@uscg.mil.
    USCGC WILLIAM HART HULL INSPECTION ZINC REPLACMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the inspection and zinc replacement of the hull of the USCGC William Hart, with the procurement being a total small business set-aside. The contractor will be responsible for conducting comprehensive underwater inspections, cleaning, and renewing zinc anodes, ensuring adherence to safety regulations and proper documentation of the inspection process, including photographic evidence of installations. This contract is crucial for maintaining the operational integrity of the vessel and ensuring compliance with military standards. The work is scheduled to take place in Honolulu, Hawaii, from April 7 to April 14, 2025, and interested parties should contact Timothy Ford at timothy.s.ford@uscg.mil or Stacy Spalding at stacy.j.spalding@uscg.mil for further details.
    CGC Oliver Berry #2 MDE Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the repair of the Main Diesel Engine (MDE) on the CGC Oliver Berry, with the project scheduled for March 17, 2025, in Honolulu, Hawaii. The contractor will be responsible for providing a senior certified technician to troubleshoot, supply necessary parts, and perform repairs over a five-day work period, ensuring operational readiness of this critical Coast Guard asset. This procurement emphasizes the importance of maintaining the functionality of marine equipment, which is vital for the Coast Guard's mission. Interested vendors must submit their firm fixed-price proposals by March 14, 2025, at 9:00 PM Eastern Standard Time, and can direct inquiries to Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
    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 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 BERTHOLF (WMSL 750) DS FQ2 FY25 Dual Point Davit, Biennial Maintenance
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide biennial maintenance for the Dual Point Davit system aboard the USCGC BERTHOLF (WMSL 750). The maintenance work is scheduled to take place from April 7 to April 18, 2025, and includes essential tasks such as inspections, hydraulic analysis, and operational tests to ensure the safety and operational readiness of the equipment. This procurement is critical for maintaining the functionality of Coast Guard systems and adheres to strict regulatory standards. Proposals are due by March 14, 2025, and interested vendors should contact Kiku Khan at kiku.k.khan@uscg.mil or Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil for further details.
    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 HOLLHOCK MAIN REDUCTION GEAR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance of the Main Reduction Gear on its vessels, with a focus on conducting a hot oil flush to restore operational readiness. The procurement requires contractors to perform unplanned maintenance on the Philadelphia Gear Model 96DHCMG-CP, which includes flushing procedures to remove internal contaminants and ensure proper oil flow, utilizing government-furnished lubricating oil and adhering to Coast Guard technical standards. This contract is critical for maintaining the safety and operational efficiency of the Coast Guard's maritime assets, and it is set aside for small businesses under the SBA guidelines. Interested parties should contact Brenden Cox at brenden.s.cox@uscg.mil or Tyler Melton at tyler.k.melton@uscg.mil for further details regarding the submission process and requirements.
    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.