CGC OAK Inspection and Service of CO2 and APC Marine Fire Suppression Systems
ID: 70Z08524PR0006647Type: 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)
Timeline
    Description

    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.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    52000QR250019144 USCGC JOHN MCCORMICK FM200 AND GALLEY HOOD INSPECTION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform inspections and testing of the fire suppression systems aboard the CGC JOHN MCCORMICK, focusing on the FM200 and Galley Range systems. The work requires trained personnel to ensure compliance with established maintenance procedures and must be completed between July 9 and July 20, 2025, at the USCG Base in Ketchikan, Alaska. This procurement is critical for maintaining safety standards aboard the vessel and is set aside for small businesses, with the contract awarded based on the best value to the government. Interested vendors must submit their firm fixed price quotations by June 20, 2025, and can direct inquiries to Timothy Ford at timothy.s.ford@uscg.mil or Joshua Miller at JOSHUA.N.MILLER@USCG.MIL.
    Galley Fire Suppression Systems Inspection/Certification, Fire Extinguisher Certification & Repair
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is soliciting proposals from small businesses for the inspection, certification, and repair of fire suppression systems and fire extinguishers aboard the COMPACFLT Berthing & Messing Barges. The contract, which is set aside for small businesses under NAICS Code 561621, requires annual inspections to ensure compliance with safety standards and mandates that contractors adhere to various local, state, and federal regulations. This procurement is critical for maintaining fire safety standards within military facilities, ensuring operational readiness and compliance with governmental regulations. Interested parties must submit their proposals by June 17, 2025, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, contact Yesica Lorena Burrill at yesica.l.burrill.civ@us.navy.mil or call 619-556-9627.
    VALVE ASSY, DIRECTIONAL CONT
    Buyer not available
    The U.S. Coast Guard is seeking quotes for a firm-fixed-price contract to procure five directional control valve assemblies. These valves, manufactured by Appleton Marine Inc., are required for SB230-42 cranes and must adhere to specific packaging standards. The Coast Guard emphasizes that only authorized distributors of Appleton Marine Inc. will be considered, and these distributors must include a letter confirming their status within their quotes. The successful vendor will be responsible for delivering the valve assemblies by the deadline of September 15, 2024, packaged according to military standards and labeled as specified. The cost of shipping to a designated location in Maryland must be included in the quoted price. The government reserves the right to reject substitutions without approval and mandates strict compliance with packaging and marking requirements. Prospective vendors must register in the System for Award Management (SAM) and submit their quotes by the deadline, including the requested information outlined in the solicitation. The award will be based on factors such as price, delivery capabilities, and compliance with the rigorous packaging and labeling requirements. This opportunity is a Total Small Business Set-Aside, and the government encourages all responsible small businesses to submit quotes. The contact details for the procurement point of contact are provided in the solicitation document for any clarifications or further information required. The associated files emphasize the regulatory framework surrounding the procurement, outlining numerous clauses that will be integrated into the contract. This includes adherence to labor laws, anti-discrimination policies, and national security protocols. Additionally, the files highlight the government's right to inspect and test the supplies, ensuring compliance with the stringent requirements for merchantable products. Potential vendors should carefully review the solicitation document and ensure they can comply with the detailed packaging and delivery specifications. The focus on compliance and accountability suggests a thorough evaluation process, with the government prioritizing thoroughness and precision in the awarding of the contract.
    REGULATOR,ENGINE GENERATOR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul, testing, preservation, packaging, and delivery of regulator components under Solicitation Number 70Z08525Q39005B00. This procurement is a total small business set-aside, emphasizing the need for compliance with specific quality assurance inspections and packaging criteria as outlined by the Woodward Governor Company. The goods and services are critical for maintaining the operational readiness of the Coast Guard's marine equipment, ensuring adherence to federal regulations and standards. Interested vendors must submit their quotes by June 2, 2025, and are encouraged to contact Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil for further information.
    CGC Spencer Interior Preservation Project
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide services for the CGC Spencer Interior Preservation Project, which involves the preparation, priming, and preservation of interior bulkheads aboard the vessel. The project is critical for maintaining the operational readiness and safety of the Coast Guard fleet, ensuring compliance with federal standards and environmental regulations during the repair process. The contract is set to be awarded based on a firm-fixed price, with a performance period from September 29 to October 27, 2025, and interested vendors must submit their quotations by June 26, 2025, at 10 A.M. Eastern Standard Time. For further inquiries, vendors can contact Jacqueline D. Handley at jacqueline.D.Handley@uscg.mil or Patricia Fremming at Patricia.M.Fremming@uscg.mil.
    TANK EXPANSION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 20 tank expansions, a critical component for the 154' FRC SSDG. These items must be individually preserved and packaged according to stringent military standards, ensuring protection during shipment and storage, as outlined in MIL-STD-2073-1E. The Coast Guard intends to award a Firm Fixed Price Contract based on the lowest price technically acceptable, with a closing date for quotations set for June 17, 2025, at 10:00 AM Eastern Standard Time. Interested vendors should contact Donna Scandaliato at donna.m.scandaliato@uscg.mil or call 410-762-6259 for further details.
    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.
    NOZZLE ASSEMBLY (SNUBBER)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 150 units of a Nozzle Assembly (Snubber), identified by NSN: 2910-00-649-6534. This component is critical for the operation of multi-class FME engines and must be packaged and marked according to stringent military standards, specifically MIL-STD-2073-1E, to ensure compliance with the Coast Guard's requirements. The procurement is anticipated to be a non-competitive sole source award to Fairbanks Morse Defense or their authorized distributors, emphasizing the necessity for genuine OEM parts. Interested vendors must submit their quotations by June 16, 2025, at 10:00 AM EST, and can direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    USCGC KINGFISHER (WPB-87332). DOCKSIDE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dockside maintenance for the USCGC KINGFISHER (WPB-87332) under a total small business set-aside contract. The procurement involves renewing one Port Main Engine (MDE) and performing W5 Maintenance on one Starboard MDE, ensuring the operational readiness of the vessel's marine engine systems. This opportunity is critical for maintaining the performance and safety standards of Coast Guard vessels, reflecting the government's commitment to effective maritime operations. Interested contractors should submit their quotations in response to solicitation number 70Z08025QPBPL0027, and may contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil for further information.
    52000QR240005818 USCGC HADDOCK FIRE MAIN PIPE REPAIR
    Buyer not available
    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.