STATEMENT OF WORK
USCGC HAWK
FUEL TANK CLEANING AND INSPECTION
CONTENTS:
1. Introduction
2. References
3. Scope of Work
4. Period of Performance
5. Deliverables
6. Acceptance Criteria
7. Notes
1.0 INTRODUCTION
The U.S. Coast Guard Cutter HAWK (WPB-87355) requires commercial providers to perform cleaning of both Fuel Service Tanks.
TANK TYPE
LOCATION
CAPACITY
Deisel Fuel
3-9-1-F
1450
Diesel Fuel
3-9-2-F
1450
2.0 REFERENCES
COAST GUARD DRAWINGS
- Coast Guard Drawing 87 WPB 111-001, Rev H, Shell Expansion
- Coast Guard Drawing 87 WPB 113-001, Rev G, Platform Plating & Framing
- Coast Guard Drawing 87 WPB 116-001, Rev -, Longitudinal Girders & BHD’s
- Coast Guard Drawing 87 WPB 122-001, Rev C, Watertight Bulkheads
- Coast Guard Drawing 87 WPB 601-001, Rev R, Outboard Profile & General Arrangements
COAST GUARD PUBLICATIONS
- 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.
OTHER REFERENCES
- Society of Automotive Engineers (SAE) Aerospace Material Specification (AMS) C6183, 2019, Cork and Rubber Composition Sheet; for Aromatic Fuel and Oil Resistant Gaskets.
- Maintenance Procedure Card (MPC) B24101.D
3.0 SCOPE OF WORK
3.1 The work is to be accomplished through the following:
3.1.1 Travel to work site / ship location: USCGC HAWK. 3000 Fort Point Rd, Galveston, TX 77550 POC: MK2 Bill, Mobile: 201-284-8604, Office: 409-971-2111
3.2 Operational Test, Initial: Prior to commencement of work, the Contractor must witness Coast Guard Personnel perform an initial operational test of the designated tank level indicator(s) (TLI’s).
3.3 Tank Content and Waste Disposal: The Contractor must remove up to a total of 2800 gallons of contaminated diesel fuel via opening tank access cover and pumping directly out of both tanks. The Contractor must dispose of residual tank contents and any cleaning fluids in compliance with all applicable Federal, state, and local laws, ordinances, and regulations. Document a complete chain of custody record of the removed tank contents and generated wastes, from the vessel to the point of final destination or delivery. Provide any documents to the Coast Guard Inspector (AEPO) upon completion.
3.4 Tank Cleaning Requirements: The Contractor must remove tank access cover(s) and clean tank interior surfaces free of all foreign materials, such as residual fuel or water, sediment, sludge, rust, or biological growth, taking care not to damage the coating system (if applicable). Remove cleaning media and residues continuously during the washing process and dispose of wash water. Remove any residual wash media; and wipe up residual moisture with clean lint-free cloths. Ensure that the tank(s) remain open for at least 24 hours to ventilate and dry prior to inspection.
3.5 The Contractor shall conduct atmospheric testing by a competent person of the ship’s fuel service tanks, vestibule area, and any other spaces as deemed necessary by the Contractor.
3.6 The Contractor must furnish and install all protective measures and gear required for ventilation.
3.7 The Contractor must handle all interferences not limited to:
3.7.1 Fuel
3.7.2 Piping
3.7.3 Tank access cover
3.8 Plug Log: The Contractor must keep a written record of all plugs put in any tank’s vents or piping. A separate list must be kept for each tank being entered.
3.8.1 Ensure that all plugs are removed from each tank upon completion of work in the tank.
3.8.2 Ensure the Plug Log is available to the Coast Guard Inspector when performing their close-out inspection on each tank.
3.9 Visual Inspection: The Contractor in the presence of a Coast Guard Inspector (AEPO) must accomplish the following tasks:
3.9.1 Visually inspect all tank interior surfaces, including, but not limited to bulkheads, floor and overhead plating, structural members, access cover surfaces, fasteners, and gasket seating surfaces.
3.9.2 Tank structural condition.
3.9.3 Inaccessible areas.
3.9.4 Condition of tank coating system, including measurements taken, percentage, location, and type of coating failure (if tank interior surfaces are coated).
3.9.5 Tank level indicator (TLI) and/or float switch condition, as applicable.
3.9.6 Sounding/vent tube and striker plate condition.
3.9.7 Suction and discharge piping condition.
3.9.8 Fastener material and condition (correct fastener material is stainless steel) and (government furnished equipment (GFE) by the Coast Guard).
3.9.9 EPO shall notify the Contract Officers Representative (COR) at PBPL Asset Management of satisfactory/unsatisfactory inspection results prior to closing the tank(s).
3.10 Tank Closing: The Contractor must accomplish the following after completion of all authorized services, repairs, and/or preservation procedures:
3.10.1 Ensure tank closure is accomplished in the presence of the Coast Guard Inspector (AEPO). After a satisfactory inspection by the Coast Guard Inspector and completion of all authorized services/repairs, install tank access cover(s) using new gasket material conforming to AMS-C-6183.
3.10.2 Chase threads on studs/bolts to ensure even installation of the access covers. Renew any damaged or missing fasteners. All Nylock hex nuts must be renewed. Existing undamaged fasteners may be reused.
3.10.3 Torque access cover hardware hex bolt/nuts in star pattern using standard torque specifications for thread size and material make (Stainless Steel).
3.11 Operational test, post service/repairs: After completion of work, in the presence of the Coast Guard Inspector, the Contractor must thoroughly test and demonstrate the equipment listed below to be in satisfactory operating condition.
3.11.1 Designated tank TLIs.
3.11.2 Vent check valves.
4.0 PERIOD OF PERFORMANCE
4.1 The Contractor shall coordinate the work schedule with Coast Guard Cutter HAWK. Once the Contractor is in receipt of final authorization and prepared to conduct services, the period of performance shall not exceed 07 days after contract award date. The requested work period is between; 26 May 2025 to 06 June 2025, or as soon as service provider availability will allow, with the requested date of completion no later than 06 June 2025.
5.0 DELIVERABLES
5.1 The Contractor shall provide all required equipment and labor costs.
5.2 The Coast Guard shall schedule a service date and be available to receive contracted service.
6.0 ACCEPTANCE CRITERIA
6.1 The government reserves the right to witness the contract service. The service provider shall keep the Coast Guard Inspector, the Assistant Engineer Petty Officer (AEPO), MK2 Colton Bill, fully informed of servicing plans so that the authorized representative, CG Inspector, may arrange to be present when work is being performed.
6.2 When the work is complete, the Contractor shall notify the unit’s AEPO for final inspections.
7.0 QUALITY ASSURANCE
7.1 The Contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure that services are performed in accordance with the terms of this Statement of Work (SOW), and in accordance with manufacturer’s guidance and procedures. The QCP is the means which the vendor assures all work complies with the terms of the awarded contract. It identifies, prevents, and ensures non-occurrence of defective services.
8.0 CONTRACTING OFFICERS REPRESENTATIVE
8.1 The Contract Officer’s Representative (COR) at the U.S. Coast Guard Surface Forces Logistics Center shall be reached at the PBPL Asset Management Section One through the AEPO.
9.0 NOTES
9.1 Government Furnished Equipment (GFE) provided by the Coast Guard:
9.1.1 Access Cover, (New) Gasket(s).
9.1.2 Access Cover, (New) Hardware (Stainless Steel - Nuts/Bolts/Washers/Lock-Washers) As Required.
9.2 Tank Content Restoration: The Coast Guard shall procure and refill all tanks at the conclusion of all work.
9.3 Operate and Test: The CG will operate and test installed mechanical equipment that draws fuel from the newly cleaned fuel tanks IAW operating procedures, ensuring air has been purged from fuel suction lines to maintain constant operation.
9.4 All Government Furnished Information and work products shall remain the property of the U.S. Coast Guard and shall not be released to any third party or published without prior approval.
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.
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 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 MAY 28, 2025 09:00 A.M. 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 and carbon copy Miller, Joshua N PO2 USCG SFLC (USA) at email address Joshua.N.Miller@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:
FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)
FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) 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 (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .
FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)
The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.
FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).
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.
The following Clauses and others as indicated 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 ((Jan2020) (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 (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627).
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-1 - Buy American Supplies (Jan2021) (41 U.S.C. chapter 83).
(51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (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)
*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, Central Contractor Registration 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 SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.