52000QR260001472 USCGC BAILEY BARCO FM200 AND GALLEY HOOD INSPECTION
ID: 52000QR260001472Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Fire Protection (92216)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)

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 small businesses to conduct inspection and testing of the fire suppression systems aboard the CGC Bailey Barco, including five-year visual inspections for six FM200 cylinders and hydrostatic testing of the galley system. This procurement is critical for ensuring the operational readiness and safety compliance of the cutter's fire suppression systems, adhering to established maintenance procedures and industry standards. Interested vendors must have trained personnel with relevant experience in marine Chemetron Fire Systems and are required to submit their proposals by December 17, 2025, with the work to be completed by December 30, 2025. For further inquiries, vendors can contact Timothy Ford at timothy.s.ford@uscg.mil or Joshua Miller at joshua.n.miller@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The CGC BAILEY BARCO is requesting inspection and testing of its fire suppression systems, including 5-year visual inspections for six FM200 cylinders and hydrostatic testing of the Galley system, as per standard maintenance procedures. The work must be completed by December 30, 2025, at USCG Base Ketchikan, Alaska. The performing entity must have trained and qualified personnel with prior experience in marine Chemetron Fire Systems, adhering to enclosed Maintenance Procedure Cards (MPCs) R-A-8843 and N31014.D, and industry standards. The documentation outlines detailed procedures for both the FM200 system (including pressure checks, inspections, and remote pull box tests) and the R-102 Galley Fire Suppression System (including component inspections, manual/automatic actuation tests, and fusible link replacement). Safety protocols, such as equipment lockout/tag-out, rescue teams, and safety briefings, are critical during these maintenance actions. This RFP ensures the operational readiness and safety compliance of the cutter's fire suppression systems.
    The "Smart Matrix Table" is a comprehensive list of federal acquisition provisions and clauses, vital for government RFPs, grants, and state/local RFPs. It details various regulations with their effective dates and prescribing authorities. Key areas covered include whistleblower protections, prohibitions on certain confidentiality agreements, unique entity identifiers, System for Award Management (SAM) requirements, and rules for reporting executive compensation. The table also outlines policies on personal identity verification, commercial and government entity codes, and basic safeguarding of contractor information systems. It addresses specific regulations for small business programs, prohibitions on contracting with inverted domestic corporations, and requirements for tax liability and felony conviction representations. Additionally, it includes instructions for offerors, contract terms for commercial products and services, and clauses related to equal opportunity, environmental sustainability, and Buy American acts. The document ensures compliance and transparency in government contracting, with critical provisions for financial transactions, dispute resolution, earned value management, privacy, government property, and SAFETY Act coverage.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Air Station Detroit Fire Suppression System Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide inspection and testing services for the fire alarms and suppression systems at Air Station Detroit, located at Selfridge ANGB in Michigan. This procurement involves a request for quotation (RFQ) under solicitation number 70Z03026QCLEV0006, which requires compliance with the attached Statement of Work (SOW) and is aimed at ensuring the operational readiness and safety of critical fire control equipment. The solicitation will be conducted through an online competitive reverse auction facilitated by Unison Marketplace, where interested sellers must submit their bids electronically. For further inquiries, vendors can contact Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243, with all bids due by the specified deadline.
    USCGC BERTHOLF EXHAUST COMMERCIAL CLEANING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide commercial cleaning services for the exhaust piping system of the USCGC BERTHOLF. The project involves cleaning the exhaust piping and stack uptakes for two Caterpillar 3512B Ship Service Diesel Generators, ensuring that one generator remains operational throughout the process, and requires adherence to specific Coast Guard drawings and safety regulations. This procurement is a total small business set-aside under NAICS Code 336611, with proposals due by December 10, 2025, at 0800 Pacific Time. Interested vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further information.
    52000QR260001351 USCGC WILLIAM HART HULL INSPECTION AND ZINC REPLACMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform a hull inspection and zinc replacement for the USCGC William Hart, located in Honolulu, Hawaii. The contractor will be responsible for conducting a thorough inspection and cleaning of the vessel's underwater body, including hull plating, coating systems, transducers, and drive systems, as well as renewing zinc anodes. This procurement is critical for maintaining the operational integrity and safety of the vessel, ensuring compliance with safety regulations and standards. Interested small business vendors must submit their proposals, including a detailed cost breakdown and relevant documentation, by December 10, 2025, with the work scheduled to take place between December 1 and December 19, 2025. For further inquiries, vendors can contact Timothy Ford or Joshua Miller via their provided email addresses.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    OEM WTC Coating and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a contract for OEM WTC Coating and Repairs, with Automatic Coating Limited U.S.A. identified as the sole qualified vendor for this specialized work. The procurement involves providing Tidal Coating services for the CGC THETIS, which includes repairing and fluidizing bed coating three watertight closures, with the work scheduled to commence upon delivery of the closures around December 20, 2025, and completion required by January 30, 2026. This opportunity is critical for maintaining the operational readiness of the Coast Guard's vessels, ensuring they meet necessary performance standards. Interested parties capable of fulfilling these requirements must submit their qualifications and relevant documentation to Jacqueline D. Handley at jacqueline.d.handley@uscg.mil by 10 AM on December 8, 2025.
    USCGC WAESCHE RO SYSTEM PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide parts for the Reverse Osmosis (RO) System on the USCGC Waesche, which has been experiencing issues with reliable water production. The procurement includes the supply of specific parts identified from a prior assessment, along with the requirement for two technicians to install these parts and accompany the Cutter during its shakedown to verify repairs. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring it can produce potable water effectively. Interested vendors must submit their quotations by 0800 Pacific Time on December 10, 2025, and must be enrolled in the System for Award Management (SAM) prior to contract issuance. For further inquiries, vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    USCGC Alder Fire Main Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform fire main repair work on the USCGC Alder (WLB 216) in San Francisco, California. The project involves renewing fire main piping and related systems, requiring the contractor to follow specific guidelines for protective measures, fluid handling, and installation of new piping, including labeling and insulation. This work is critical for maintaining the operational readiness and safety of the vessel, with the performance period scheduled between December 2025 and March 2026. Interested contractors, particularly small businesses, should contact Justin Wooldridge at justin.r.wooldridge2@uscg.mil or Lindsay Mongiovi at lindsay.n.mongiovi@uscg.mil for further details and to ensure compliance with all applicable regulations.
    SCBA LIFE EXTENSION
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is seeking proposals from Women-Owned Small Businesses (WOSB) for the recertification of 75 MK8 life raft inflation cylinders. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to conduct testing in accordance with DoT-Special Permit 16320, utilizing Modal Acoustic Emissions (MAE) technology to ensure the cylinders meet safety and operational standards. This procurement is critical for extending the service life of the life raft cylinders, which are essential for certifying ships for mission-critical assignments. Proposals are due by December 8, 2025, with the performance period anticipated from January 15, 2026, to March 15, 2026. Interested parties can contact Miracle Griffin at Miracle.m.griffin.civ@us.navy.mil or by phone at 757-396-0590 for further details.
    Stern tube/ Dive Inspection
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for a stern tube and dive inspection of the USCGC RESOLUTE, scheduled to take place from December 15 to December 19, 2025, in St. Petersburg, Florida. The contractor will be responsible for conducting a thorough underwater inspection of the propulsion shaft bearings, focusing on diagnosing noise and vibration issues, and must adhere to safety protocols and communication requirements as outlined in the Statement of Work. Interested contractors must submit their firm fixed price proposals, including detailed cost breakdowns and compliance with federal regulations, by December 10, 2025, at 12:00 PM EST, to Mr. Cornelius Claiborne via email. For further inquiries, potential offerors may contact Mr. Claiborne or Contracting Officer Patricia Fremming.
    USCG SLEDGE FIRE ALARM SERVICE REQUEST
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to upgrade the fire alarm system aboard the USCGC SLEDGE from the obsolete Notifier AFP 200 to the Notifier AFP 320. The contractor will be responsible for providing all necessary labor, materials, and tools to renew the fire alarm system components, ensuring compliance with specified standards, and conducting system tests and training for the ship's crew upon completion. This upgrade is critical for maintaining safety and operational readiness aboard the vessel, with work to be performed at the Coast Guard facility in Baltimore, Maryland, within a 14-day period following the commencement of the contract. Interested parties should contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil for further details.