WEDGE Renew Piping Insulation
ID: 70Z085Q250011548Type: 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 contractors for the WEDGE Renew Piping Insulation project, which involves renewing piping and overhead insulation aboard the USCGC WEDGE. The project requires approximately 500 linear feet of pipe insulation, 1500 square feet of overhead insulation, and 300 square feet of overhead panels, with all labor, materials, and tools to be provided by the contractor. This work is crucial for maintaining the operational readiness and safety of Coast Guard vessels, ensuring compliance with environmental and safety regulations throughout the repair process. The contract is set to commence on April 1, 2025, with an expected completion time of 14 days, and interested parties can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL for further details.

    Files
    Title
    Posted
    This document is classified for distribution to the Department of Defense (DoD) and its contractors only, under Distribution Statement D, indicating it contains critical technology information. It warns that the technical data within is regulated by the Arms Export Control Act and the Export Administration Act, with violations potentially leading to severe penalties. The document outlines that the recipients must handle it according to specific guidelines, including the prescribed destruction notice to ensure confidentiality and prevent reconstruction. As it contains sensitive data, all U.S. requests for this document should refer to the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Boston Detachment. The repetitive nature of certain sections reinforces the criticality of the rules surrounding its dissemination and destruction. The primary focus of this document aligns with federal compliance regarding the handling of sensitive defense technologies, pertinent to RFPs and grants related to defense contracts.
    The SFLC Standard Specification 0000 outlines general requirements for ship repairs on Coast Guard vessels. It emphasizes environmental protection, safety measures, and quality control throughout the repair process. The document is structured into several sections beginning with definitions of key terms and acronyms relevant to the specifications. Each requirement is linked to compliance with federal, state, and local regulations, ensuring that contractors understand their responsibilities. Core topics include the importance of maintaining a severe weather plan, the need for quality assurance/quality control programs, detailed reporting procedures for inspections and repairs, and the handling of hazardous materials like asbestos and lead. Additionally, the document specifies requirements for temporary sanitary facilities for personnel during work and outlines protocols for contact with Coast Guard personnel and compliance with safety standards. Overall, this specification serves to establish a comprehensive framework for effective and safe ship repair operations while adhering to regulatory compliance and protecting the marine environment, ensuring alignment with federal procurement practices. Its detailed guidelines enable contractors to successfully meet the operational needs of the Coast Guard during vessel availabilities.
    The SFLC Standard Specification 6310 outlines requirements for the preservation of Coast Guard cutter structures, detailing procedures related to surface preparation, coating applications, and material compliance. This document is structured into sections covering intent, references, requirements, and specific coating systems for both exterior and interior surfaces of the vessels. Key points include the definition of critical-coated surfaces, authorized coatings, and the documentation required for procurement and application, such as Material Safety Data Sheets and product data sheets. It elaborates on the necessary procedures for contamination prevention, ambient condition control, personnel safety, and substrate profile measurements, which are crucial for ensuring the integrity of the coating systems. Particular emphasis is placed on maintaining standards for surface cleanliness, managing environmental conditions for coating application, and following specific curing times for both touch-ups and major preservation tasks. The document provides guidance on using approved alternatives such as powder coatings and corrosion-inhibitive thermoplastics contingent upon proper documentation and compliance with manufacturer instructions. Overall, this specification ensures that the preservation work meets performance requirements and safety standards vital for the operational readiness of Coast Guard vessels.
    The Statement of Work (SOW) for the USCGC WEDGE outlines a contract to renew piping insulation, overhead insulation, and conduct overhead repairs aboard the vessel. The WEDGE requires approximately 500 linear feet of pipe insulation, 1500 square feet of overhead insulation, and 300 square feet of overhead panels. The contractor must provide all labor, materials, and tools necessary for the installation while following specific guidelines set forth in various regulations and Coast Guard drawings. Tasks include performing inspections before work commencement, removing and disposing of existing insulation, preparing surfaces, installing new insulation, and ensuring preservation efforts using specified materials. The contract will take place in Mobile, AL, starting April 1, 2025, with an expected completion within 14 days. The contractor is responsible for any travel costs and must provide qualified personnel. Deliverables include a trip report and warranty within a week of project completion. The SOW emphasizes compliance with safety and cleanliness measures throughout the process, demonstrating the government's focus on maintaining operational standards for Coast Guard assets.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FIRE ISLAND INSULATION FOR ATTIC
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the installation of Kraft Faced R-38 Fiberglass Batt Insulation in the attic of the Multi-Mission Building at the USCG Station Fire Island, located in Ocean Beach, New York. The project entails the removal of approximately 6,240 square feet of old insulation and the installation of new material across four attic wings, with a completion timeline of 30 calendar days. This procurement is critical for maintaining energy efficiency and operational integrity within the facility, ensuring compliance with federal and state regulations, including OSHA standards. Interested contractors should contact Dakota Sheppard at dakota.j.sheppard@uscg.mil or 228-731-1866, or Jason L. Williams at jason.l.williams@uscg.mil or 571-608-4843 for further details and to ensure adherence to the outlined requirements.
    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.
    USCGC CYPRESS (WLB-210) DRYDOCK REPAIR FY2025
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repair of the USCGC Cypress (WLB-210), a 225-foot buoy tender, scheduled for fiscal year 2025. The procurement involves approximately 117 maintenance tasks, including inspections, preservations, and repairs, to be completed over a projected 99-day period from September 8 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring the Coast Guard's capabilities in maritime operations. Interested parties must respond by April 4, 2025, providing information on their business size, capabilities, past performance, and relevant certifications, with inquiries directed to Ou Saephanh at Ou.T.Saephanh@uscg.mil or Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil.
    Propulsion Shaft Inspection and Preservation
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Propulsion Shaft Inspection and Preservation project, aimed at ensuring the operational readiness of critical maritime assets. This procurement involves the inspection, testing, and refurbishment of propulsion shafts for the CGC Polar Star and CGC Healy vessels, adhering to military and safety standards while promoting access for Women-Owned Small Businesses (WOSB) and other small business entities. The selected contractor will be responsible for comprehensive assessments, including visual inspections and documentation of repairs, to maintain compliance with federal regulations. Interested parties should contact William Zittle at william.r.zittle@uscg.mil or Robin B. Kloeppel at robin.b.kloeppel@uscg.mil for further details, with proposals due by the specified deadline outlined in the solicitation documents.
    USCGC PAUL CLARK UPDS FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for unplanned dockside repairs of the USCGC Paul Clark (WPC-154) during fiscal year 2025. The contract will focus on the renewal of propulsion reduction gear assemblies and requires adherence to a firm fixed price structure, with a performance period from March 31, 2025, to May 26, 2025. This procurement is crucial for maintaining the operational readiness and structural integrity of the vessel, ensuring compliance with Coast Guard standards and federal regulations. Interested contractors should direct inquiries to Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, and must acknowledge receipt of any amendments to the solicitation by the specified deadlines.
    Dockside (DS): USCGC STRATTON FY25 Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dockside repair of the USCGC Stratton (WMSL 752) scheduled for fiscal year 2025. The procurement involves comprehensive maintenance tasks, including cleaning and inspecting tanks, conducting preservation activities, and ensuring compliance with safety and environmental regulations. This opportunity is critical for maintaining the operational readiness and integrity of the Coast Guard's fleet. Interested contractors can reach out to Andrew G. Jacobs at Andrew.G.Jacobs@uscg.mil or call 510-316-4544 for further details regarding the specifications and requirements.
    MIDGETT TANK CLEAN AND INSPECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the cleaning and inspection of fuel service tanks on the USCGC MIDGETT (WMSL 757) at a facility in Honolulu, Hawaii. The project is scheduled to take place from April 9 to July 1, 2025, and requires contractors to adhere to specific Coast Guard specifications, including thorough cleaning, detailed inspections, and proper disposal of cleaning residues. This procurement is vital for maintaining the operational readiness of Coast Guard vessels and ensuring compliance with environmental regulations. Interested parties can contact Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or 510-437-5436 for further details, and must comply with the wage determination requirements outlined in the associated documents.
    WAESCHE PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide various parts for the CGC Waesche under a total small business set-aside contract. The procurement includes essential items such as solvent cleaners, gaskets, O-rings, and lockwashers, with specific part numbers and quantities outlined in the Statement of Work, aimed at ensuring the vessel's operational readiness for fiscal year 2025. Timely delivery of these materials is critical for maintenance and repairs, with a required delivery date set for March 24, 2025. Interested vendors can reach out to Jeramyah George at JERAMYAH.W.GEORGE@USCG.MIL or by phone at 510-437-5436 for further details.
    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.
    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.