This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Subpart 12.6 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. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 336611. The small business size standard is 1250. This is a total small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5.
The United States Coast Guard Surface Force Logistics Center has a requirement for the following:
The CTR shall provide:
TECHNICAL SERVICES FOR INSPECTION AND CORRECTION OF Bilge Water Separator-ULTRA-SEP (OWS) on USCGC JAMES
Background. This requirement is for the contractor to inspect the OWS for problems. OWS will
currently run for approx. 10 minutes before it goes off on "Excessive Ultra-Sep High Oil Content Discharge" after which we put it through a clean cycle with water only for approx. 2-5 minutes and then restart. There is also "Low product pressure warning (PLS2)", Manual indicates fouled Spirolator is likely cause for alarm. For overall purposes Smart cell continuously reads well below 15 ppm even with alarms generated.
- Scope. The Contractor shall provide all personnel including, labor, materials, travel, parts, tools, test equipment, test fittings, supplies, consumables, and equipment to accomplish tasking. The Contractor shall provide the services of a qualified Tech Rep, who is familiar with the OWS system/equipment, to accomplish all tasking. The Tech Rep will be responsible for the following:
- Advise on manufacturer's proprietary information pertinent to the 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 compliance with manufacturer's procedures and standards during disassembly, inspection, and reassembly of the OWS.
- Objective. The objective of this requirement is to determine why alarms are keeping unit from running continuously.
- Tasks. The contractor shall provide labor and service the OWS IAW TP 7346A_593_A, to include but not limited to:
4.1. Inspect and/or test of OWS.
4.2. Removal/ cleaning of parts
4.3. Installation of new parts.
4.3 Underway testing and verification system is fully operational.
- Delivery. Contractor shall provide a final report within 3 days of contract period of performance.
- Security Requirement. FLETC Base access is required. Vendor shall have a valid driver’s license and show identification. Forms will be provided for base access. A CG representative from the cutter will sponsor and escort vendor to the cutter.
- Place of performance- CGC JAMES, North Charleston SC 29405
- Period of performance- 22-24 JUL 2024 or 29JUL- 02AUG2024 and Underway for Sea trials 18-22NOV24
- Points of Contact.
10.1. USCG-SFLC-LRE PL Asset Management: CWO Matthew Temple, matthew.temple@uscg.mil, 510-460-8195
RDD/POP: 22-24 JUL 2024 or 29JUL- 02AUG2024 and Underway for Sea trials 18-22NOV24