52000PR250029224 USCGC BEAR POTABLE DEIONIZED WATER SYSTEM REPAIR
1 Intent- This work item describes the requirements for the Contractor to remove the existing potable water deionization system, clean and inspect the Feedwater Storage Tank (4-94-1-W), and install new potable water deionization system on USCGC BEAR.
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 52000QR250029224. This procurement will be processed in accordance with FAR Part 12.
The North American Industry Classification System (NAICS) is 2213. 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 52000PR250029224 USCGC BEAR POTABLE DEIONIZED WATER SYSTEM REPAIR
- Potable Water Deionization System; Renew
1. SCOPE
1.1 Intent. This work item describes the requirements for the Contractor to remove the existing potable water deionization system, clean and inspect the Feedwater Storage Tank (4-94-1-W), and install new potable water deionization system on USCGC BEAR.
1.2 Government-furnished property.
None.
2. REFERENCES
COAST GUARD DRAWINGS
Coast Guard Drawing 901 WMEC 533-015, Rev -, Deionization Water Treatment System Mods
Coast Guard Drawing 901 WMEC 801-020, Rev H, Booklet of General Plans
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
Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2022, Requirements for Preservation of Ship Structures
OTHER REFERENCES
American National Standards Institute/NSF International (ANSI/NSF) 61, 2015, Drinking Water System Components - Health Effects
American National Standards Institute/American Water Works Association (ANSI/AWWA) C652, 2011, Disinfection of Water-Storage Facilities
ASTM International (ASTM) F992, 2017, Standard Specification for Valve Label Plates
3. REQUIREMENTS
NOTE
Ships Force to provide Culligan or equivalent fiberglass tanks per Coast Guard Drawing 901 WMEC 533-015 GFE Table.
3.1 General.
3.1.1 CIR.
None.
3.1.3 Protective measures. The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3 (Vessel component, space, and equipment protection).
3.1.4 Interferences. The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, (Interferences). Known interferences include, but are not limited to the following:
- Sheathing
- Bulkhead insulation
- Piping
- Foundation
- Ladderwell
NOTE
Coast Guard personnel will operate all shipboard machinery and equipment.
3.2 Operational test, initial. Prior to commencement of work, the Contractor must witness Coast Guard personnel perform an initial operational test of all items or shipboard devices to be disturbed, used, repaired, or altered, to demonstrate existing operational condition. Submit a CFR.
3.3 Tank, clean and inspect. The Contractor must complete the following for Feed Water Storage Tank (4-94-1-W).
3.3.1 Plug log. The Contractor must keep a written record of all plugs put in any tank’s vents. A separate list must be kept for each tank being entered.
3.3.1.1 Ensure that all plugs are removed from each tank upon completion of work in the tank.
3.3.1.2 Ensure the plug log is available to the Coast Guard inspector when the inspector is performing his close-out inspection on each tank.
3.3.2 Content removal. The Contractor must remove and dispose of 306 gallons of fluids and/or residues in accordance with all applicable Federal, state, and local regulations. The Contractor must notify the Dockmaster prior to filling or draining the potable water tank when this item is being executed in a drydock availability.
3.3.3 Cleaning. The Contractor must remove tank cover and clean tank interior surfaces free of all foreign materials, such as sediment, sludge and bacterial growth. Remove all persistent residues, taking care not to damage any tank coating system. Remove cleaning media and residues continuously from the tank during the washing process. Remove any residual wash media and wipe up residual moisture with clean lint-free cloths. Collect, contain, and dispose of all wash media, residues, and cleaning materials in accordance with all Federal, state, and local regulations.
3.3.4 Inspection. The Contractor must visually inspect all tank interior surfaces, including, but not limited to bulkheads, floor and overhead plating, structural members, manhole cover surfaces, fasteners and gasket seating surfaces. Complete the “Tank and Void Assessment Form” and submit via CFR.
Electronic PDF version of this form will be furnished by the COR upon request. Include the following, as applicable:
- Tank structural condition.
- Inaccessible areas, if any.
- Condition of tank coating, including measurements taken, percentage, location, and type of coating failure.
- Tank level indicator (TLI) and/or float switch condition (if applicable).
- Sounding tube and striker plate condition.
- Suction and discharge piping condition.
- Fastener material and condition.
3.3.5 Closing. The Contractor must notify the COR at least 24 hours prior to closing the tank(s) and ensure tank closure is accomplished in the presence of the Coast Guard Inspector. After satisfactory inspection by the Coast Guard Inspector, and completion of all authorized repairs, close tank manhole cover(s) with new gasket material conforming to ANSI/NSF 61. Renew all stud cotton grommets (as applicable) upon reinstallation of manhole cover(s).
3.3.5.1 The Contractor must renew up to 10% of nuts and washers.
3.3.6 Disinfecting. After all other work involving the potable water system and tank closing have been completed, the Contractor must disinfect and treat the affected potable water tank(s) and associated disturbed piping and components, as necessary, to meet or exceed the requirements of AWWA C652. After tank disinfecting, remove and dispose of all treated water in accordance with all Federal, state and local regulations. Ensure that no one enters the tanks once disinfection is completed. Submit CFR providing confirmation that disinfection of tank(s) and associated potable water system disturbed piping and components has been completed and certifying that all sampling and testing is negative for coliform organisms.
3.4 Deionization system, removal. The Contractor must remove the existing deionization water treatment system as shown on Coast Guard Drawing 901 WMEC 533-015 and using Coast Guard Drawing 901 WMEC 801-020.
3.5 Deionization system, installation. The Contractor must install deionization system including new piping, valves, and bracketed freshwater bottle holder templated to ship’s configuration as shown on Coast Guard Drawing 901 WMEC 533-015 and using Coast Guard Drawing 901 WMEC 801-020 as guidance.
3.6 Valve labeling. The Contractor must install valve label plates on all new valves in accordance with ASTM F992.
3.7 Flushing. After all authorized work is complete; the Contractor shall accomplish the following:
3.7.1 All new and disturbed water piping shall be cleaned, flushed and disinfected. Flush all new and disturbed piping with clean fresh water for five minutes. Ensure that flushing fluid is directed to move scale and foreign debris away from installed machinery to prevent possible damage upon operational testing. Submit a CFR documenting date and time of flushing process, and verification of piping cleanliness. Blow dry all flushed piping with dry low-pressure compressed air.
4
NOTE
Coast Guard personnel shall operate all equipment.
3.7.2 Dispose of flushing fluid in accordance with all applicable Federal, state, and local regulations.
CAUTION
Do not drain ANY Fluids (including fresh water) into any space, bilge, or exterior location.
3.8 Hydrostatic test. After all authorized repairs, the Contractor must hydrostatically test all new and disturbed piping and components of the potable water and compressed air systems in accordance with SFLC Std Spec 0740, Appendix C, Hydrostatic Test. Ensure zero leakage from or permanent deformation of pressure-containing parts by repairing all leaks, deformations, and discrepancies. Submit a CFR.
3.9 Touch-up preservation. The Contractor must prepare and coat all new and disturbed surfaces to match existing adjacent surfaces in accordance with SFLC Std Spec 6310, (Touch-ups and minor coating repairs.)
3.10 Operational test – post repairs. After completion of work, the Contractor must thoroughly test, in the presence of the Coast Guard Inspector 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
4.2 Tank and Void Assessment form.
Statement of Work (SOW)
For replacement USCGC BEAR Potable Water Deionization System
1.
Background and Current Observed Issues
CGC BEAR is requesting the removal of the existing potable water deionization system, cleaning and inspecting of the Feedwater Storage Tank (4-94-1-W), and installation of a new potable water deionization system.
2.
REFERENCES
WORK ITEM 1: Potable Water Deionization System; Renew Document
Coast Guard Drawing 901 WMEC 533-015, Rev -, Deionization Water Treatment System Mods
Coast Guard Drawing 901 WMEC 801-020, Rev H, Booklet of General Plans\
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 6310 (SFLC Std Spec 6310), 2022, Requirements for Preservation of Ship Structures
3.
REQUIREMENTS
The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3 (Vessel component, space, and equipment protection).
4.
PERIOD OF PERFORMANCE
The period of the performance will be 08SEP25-22SEP25.
5.
PLACE OF PERFORMANCE
The primary place of performance shall be at CGC BEAR located at below address:
CGC BEAR
4000 COAST GUARD BLVD
PORTSMOUTH, VA 23703-2135
(757) 483-8700
Contracting Officer Technical Representative (COR):
LT Emily Dox, EO
Ship: (757) 483-8700 X 222
Cell: (410) 977-4152
Email: emily.a.dow@uscg.mil
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 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 20, August 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 and carbon copy SEAN HOY, CWO at email address SEAN.W.HOY@USCG.MIL.
Any questions or concerns regarding any aspect of the RFQ must be forwarded to Contracting Officer, SEAN HOY, CWO via email SEAN.W.HOY@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).