52000QR250029944 USCGC TAHOMA MDE L/W COOLER REPLACEMENT
1.1 Intent. This work item describes the requirements for the Contractor to renew the below-listed seawater heat exchanger.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR250029944. This procurement will be processed in accordance with FAR Part 12.
The North American Industry Classification System (NAICS) is 333681. The small business size standard is 1250. 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.
THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:
The contractor shall provide 52000QR250029944 USCGC TAHOMA MDE L/W COOLER REPLACEMENT
Statement of Work (SOW)
CGC TAHOMA DISCREP NR1 MDE Jacket Water Cooler Replacement.
1. Background and Current Observed Issues
While u/w SF discovered a leak on the NR1 MDE jacket water cooler. The cause of leak is a
crack in a weld seam between cooler and inlet piping. S/F secured the NR1 MDE and attempted
a temporary repair with epoxy and syntho glass with negative results.
2. REFERENCES
COAST GUARD DRAWINGS
Coast Guard Drawing 905 WMEC 201-001, Rev H, Engine Room Arrangement
Coast Guard Drawing 905 WMEC 256-002, Rev J, Eng Rm SW Cooling Sys A&D
Coast Guard Drawing 905 WMEC 501-002, Rev C, Aux Mchry Sp No 2 Arrangement
Coast Guard Drawing 905 WMEC 517-007, Rev B, Main Propulsion Engine Jacket Water
System A&D
Coast Guard Technical Publication (TP) 4647, Apr 2019, FM/ALCO 251 Engine – Operations
and Maintenance Manual
Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022,
General Requirements
Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2022,
Welding and Allied Processes
Surface Forces Logistics Center Standard Specification 5000 (SFLC Std Spec 5000), 2022,
Auxiliary Machine Systems
25600_270B_SwtrHtExchngrRnw-WORK ITEM 1 Doc
3. REQUIREMENTS
JACKET WATER COOLER REPLACE AND HYDROSTATIC TEST PRESSURES
Component Shell Side Test Pressure 50 (PSI)
Tube Side Test Pressure 50 (PSI)
*Ships force will remove all J/W from MDE and remove end cap on J/W cooler for testing.
J/W Cooler will be pressure tested before onloading to the Cutter to confirm cooler has no leaks and has
passed hydrostatic test.
4. PERIOD OF PERFORMANCE
TAHOMA on 26AUG-22SEP2025
.
5. PLACE OF PERFORMANCE
The primary place of performance shall be on CGC TAHOMA located:
CGC TAHOMA
47 Chandler St
Newport, RI 02841
POC: LT Cashin, Colin P.
Ph: 603-303-8266
Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep.
NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item.
As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda:
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 conforms to the solicitation and is 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 in conjunction with attached statement of work 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 05, September 2025 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to TIMOTHY FORD at email address TIMOTHY.S.FORD@USCG.MIL
Any questions or concerns regarding any aspect of the RFQ must be forwarded to TIMOTHY FORD at email address TIMOTHY.S.FORD@USCG.MIL
The following FAR Clauses and Provisions apply to this acquisition:
- FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023)
- FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
- FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024) to include Alt I (Nov 2021). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov.
- FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda.
- FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025)
- FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov.
- FAR 52.204-7 – System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov.
The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract:
- FAR 52.222-3 - Convict Labor (Jun 2003)
- FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan2025) (E.O.13126).
- FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
- FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
- FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
- FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
- FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83).
(51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)
- FAR 52.233-3 - Protest After Award (Aug 1996)
- FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)
NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement.
*The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services).