This is a combined synopsis/solicitation Nr 52000QR250020379 for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested, and a written solicitation will not be issued. The NAICS code for this solicitation is 336611. The small business size standard is 1500. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.
NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item.
Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.
1. Please provide any warranty information.
2. Vendors MUST be registered in www.sam.gov
The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.
Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) and Cage Code..
Quotes must be received no later than WEDENSDAY July 02, 2025 12:00 pm.. Eastern Standard Time. Email quotes are acceptable and should be sent to Ford, T S PO1 USCG SFLC (USA) at email address – Timothy.S.Ford@uscg.mil
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Specialist, to Ford, T S PO1 USCG SFLC (USA) at email address Timothy.S.Ford@uscg.mil .
The following FAR Clauses and Provisions apply to this acquisition:
SEE ATTACHED FAR MATRIX FOR APPLICABLE CLAUSES
Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.
ITEM 1: Gaylord Hood Ventilation System, Clean and Inspect
1. SCOPE
1.1 Intent. This work item describes the requirements for the Contractor to clean and inspect the interior of the Galley’s Gaylord Hood supply and exhaust ventilation system and recertify the fix fire extinguishing system.
1.2 Government-furnished property.
None
None
3. REQUIREMENTS
3.1 General.
3.1.1 CIR.
None.
3.1.2 Tech Rep.
Not applicable.
3.1.3 Protective measures. The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion of work, the Contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness.
3.1.4 Interferences. Known interferences include, but are not limited to the following:
3.2 Notification. The Contractor shall give written notification to the COR, 48 hours before starting ventilation cleaning work.
Note
Coast Guard personnel will operate all shipboard machinery and equipment.
3.3 Operational test, initial. Prior to commencement of work, the Contractor shall witness Coast Guard Personnel perform an initial operational test of the Galley’s Gaylord Hood supply and exhaust ventilation systems to ascertain its operational condition.
3.3.1 The Contractor shall take digital photos of all ducting interior surfaces at each opening to show the condition of the duct work prior to cleaning. Document any and all modifications to the system (e.g. new holes in existing duct, etc.) that will be required to perform the cleaning work. Do not perform modifications without Coast Guard authorization. Submit a CFR.
3.4 Cleaning requirements. The Contractor shall clean and inspect approximately 15 linear feet of interior ducting and associated component surfaces of the entire Galley’s Gaylord Hood supply and exhaust ventilation system. from the point where the air enters the system to the point where the air is discharged from the system .
3.4.1 Galley hood fire extinguishing system recertification. After completion of cleaning work, the Contractor shall test and recertify the Gaylord Hood fire extinguishing system in accordance with the manufacturer’s requirements and instructions. . Provide associated documentation with the final CFR submission.
3.4.2 Duct Interior Images for Final Report. After completion of work and prior to closing the duct work accesses, the Contractor shall take post-cleaning images of the same areas originally photographed in paragraph 3.3.1. Provide these before and after images in the final report.
3.5 Operational test, post repairs. The Contractor shall thoroughly test, in the presence of the Coast Guard Inspector, and demonstrate that the Gaylord Hood supply and exhaust ventilation systems is in satisfactory operating condition. Submit a CFR to include all images in the final report.
4. NOTES
Inspection and certification will be conducted onboard CGC WILLIAM HART located at 400 Sand Island Parkway, Honolulu, HI 96819. Period of performance will be from 01JUL25-07JUL25. Point of Contact will be the Engineering Petty Officer, Justin Graham (707) 444-0471 justin.l.graham@uscg.mil.
55500_ENV_0624_154WPC
- ITEM 1: FM-200 Fire Suppression System, Inspect and Test
1. SCOPE
1.1 Intent. This work item describes the requirements for the Contractor to inspect and test the FM-200 Fixed Fire Suppression System in the following locations:
Table 1 - fm-200 Location
Protected area
Location
Engine Room
3-27-0-E
Generator Room
3-36-0-E
Emergency Generator Room
1-10-0-E
1.2 Government-furnished property.
None
2. REFERENCES
Coast Guard Drawings
Coast Guard Drawing 154 WPC 436-301, Rev C, Fire Detection System
Coast Guard Drawing 154 WPC 555-201, Rev B, Fixed Fire Extinguishing System A&D FM-200 & R-102
Coast Guard Drawing 154 WPC 555-301, Rev F, Fixed Fire Extinguishing System Diagram
Coast Guard Drawing 154 WPC 601-302, Rev D, General Arrangement
Coast Guard Publications
Coast Guard Technical Publication (TP) 8095A, SWBS 555, Aug 2019, FM-200 Beta Fire Protection System Heptafluoropropane Suppression Design, Installation, Operation & Service Manual
Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements
Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2022, Requirements for Preservation of Ship Structures
Other References
Code of Federal Regulations (CFR), Title 49, Section 173.34
3. REQUIREMENTS
3.1 General.
3.1.1 CIR.
None.
3.1.2 Tech Rep. The Contractor shall provide the services of a certified Tech Rep, who is familiar with the FM 200 fire suppression equipment/system to accomplish the following tasks – on site:
- Provide manufacturer's proprietary information, software, and tools pertinent to the equipment/system.
- Assist with proper repair methods, and ensure compliance with manufacturer's procedures and standards during disassembly, inspection, repair, modification, calibration, and reassembly of the equipment/system.
- Ensure that the Tech Rep is a Certified Representative of Chemetron Fire Systems.
- Submit the Tech Rep’s name and résumé to the COR at the Arrival Conference.
3.1.3 Protective measures. The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion of work, the Contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness.
3.1.4 Interferences. The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the below-listed:
- Wiring
- Mounting brackets
- Machinery
NOTE
Coast Guard personnel will operate all shipboard machinery and equipment.
3.2 Testing procedure coordination. Prior to accomplishing the below listed tasks, the Contractor shall coordinate all test procedures, review all applicable safety precautions and cutter safety checklist with the COR.
warning
Inhalation of FM-200 concentrations of 10% or more may cause headache, disorientation, vertigo, sweating, numbness, loss of limb control, mental confusion, and loss of consciousness in as little as 16 seconds. Cardiac arrest within seconds of unconsciousness, permanent brain damage in 3-5 minutes or death, unless effective CPR is initiated within the first minutes of cardiac arrest.
3.3 Equipment inspection. The Contractor shall perform a complete annual inspection on the three installed FM-200 systems as shown in Table 1, FM-200 Location, using the Coast Guard Drawings listed in Section 2 References and TP 8095 (Sections 7) as reference.
caution
Failure to remove the solenoids at each tank will result in the activation of the FM-200 system.
3.3.1 The Contractor shall accomplish the following test on all primary and secondary FM-200 systems for the main engine room, generator room and emergency generator room:
- Remove the solenoid pilot valves from the primary and secondary cylinders in the port and starboard steering gear rooms and damage control locker.
- Verify that the fire panel is in the normal operation mode.
- Verify that the associated supply and exhaust ventilation fans and dampers are on/open.
- Operate the associated FM-200 release station.
- Time the pre-discharge delay and that the solenoid valve energizes after 30 seconds.
- Verify that all sirens, bells and strobe lights activate.
- Verify that the associated ventilation system, (fans and dampers) shut down.
- Verify that the MCMS indicates the shuts down of all associated engines, pumps and valves.
- Verify that the pilothouse alarm panel, Human Machine Interface (HMI) ventilation display, and MCMS indicate that the FM-200 system was activated.
- Simulate the FM-200 pressure switch activation by pulling down on the plunger located on the bottom of the pressure switch.
- Submit a CFR for any and all discrepancies.
3.4 Inspection of compressed gas cylinders. The Contractor shall inspect and test all cylinders for compliance with CFR Title 49, Section 173.34. Cylinder weight and pressure checks shall be accomplished using TP 8095, paragraph 7 as reference. Submit a CFR
NOTE
The location for the 40# FM-200 bottles is the Emergency Generator Room. The location for the 150# FM-200 bottles is the starboard steering gear room. The location for the 550 #FM-200 bottles is the port steering gear room.
3.5 FM-200 system restoration. The Contractor shall ensure all three primary and secondary systems are replenished to the required cylinder weight.
3.6 Operational test, post-repair. After completion of work and in the presence of the Coast Guard Inspector, the Contractor shall thoroughly test and demonstrate all items or shipboard devices that have been disturbed, used, repaired, altered, or installed to be in satisfactory operating condition. Submit a CFR.
4. NOTES
4.1 Additional information. The COR may provide additional information in the form of maintenance procedure card (MPC) N31015.D providing greater details, if requested.
Inspection and certification will be conducted onboard CGC WILLIAM HART located at 400 Sand Island Parkway, Honolulu, HI 96819. Period of performance will be from 01JUL25-07JUL25. Point of Contact will be the Engineering Petty Officer, Justin Graham (707) 444-0471 justin.l.graham@USCG.MIL