52000RFQ260000294 TANK, MP PORT FUEL SERVICE, CLEAN and INSPECTION
1 Intent-This work item describes the requirements for the Contractor to clean and inspect the following
tank(s):
FUEL SERVICE TANKS
TYPE OF TANK LOCATION
CAPACITY - 95%
(GALLONS)
LOW SUCTION
(GALLONS)
Diesel Service 4-165-4-F 2,692 200
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 52000RFQ260000294 TANK, MP PORT FUEL SERVICE, CLEAN and INSPECTION. This procurement will be processed in accordance with FAR Part 12.
The North American Industry Classification System (NAICS) is 336611. All responsible 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 52000RFQ260000294 TANK, MP PORT FUEL SERVICE, CLEAN and INSPECTION
Description/Specification/Work Statement
WORK ITEM 1: Tank, MP Port Fuel Service, Clean and Inspect
1. SCOPE
1.1 Intent. This work item describes the requirements for the Contractor to clean and inspect the following
tank(s):
TABLE 1 - FUEL SERVICE TANKS
TYPE OF TANK LOCATION
CAPACITY - 95%
(GALLONS)
LOW SUCTION
(GALLONS)
Diesel Service 4-165-4-F 2,692 200
1.2 Government-furnished property.
None.
2. REFERENCES
COAST GUARD DRAWINGS
Coast Guard Drawing 905 WMEC 113-001, Rev C, Tank Top PL & FR Fwd FR 101
Coast Guard Drawing 905 WMEC 113-002, Rev A, Tank Top Pltg & Framing Aft 182
Coast Guard Drawing 905 WMEC 113-003, Rev F, Tank Top Pltg & Framing FR 101-182
Coast Guard Drawing 905 WMEC 116-001, Rev C, CVK Fwd 101 & Girder Long 2
Coast Guard Drawing 905 WMEC 116-002, Rev B, CVK Aft 182
Coast Guard Drawing 905 WMEC 116-003, Rev E, CVKFR 101 – 182 & G Long. 2&4
Coast Guard Drawing 905 WMEC 121-001, Rev B, Long Tank Bhds Aft 182
Coast Guard Drawing 905 WMEC 122-001, Rev C, Transv Bhds 12 & 26
Coast Guard Drawing 905 WMEC 122-002, Rev C, Transv Bhds 47, 78 & 82
Coast Guard Drawing 905 WMEC 122-003, Rev D, Transv Bhds 103, 117
Coast Guard Drawing 905 WMEC 122-004, Rev F, Transv Bhds 165, 169, 151.6
Coast Guard Drawing 905 WMEC 122-005, Rev C, Transv Bhds 186 & 190
Coast Guard Drawing 905 WMEC 122-006, Rev E, Transv Bhds 196, 207, 228, 242
COAST GUARD PUBLICATIONS
Coast Guard Technical Specification D-123-2049, Feb 2020, 270’ WMEC B Class Fluid
Handling Plan for Tank Inspections
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
3. REQUIREMENTS
3.1 General.
3.1.1 CIR.
None.
3.1.2 Tech Rep.
Not applicable.
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 must 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:
Fuel
Piping
Tank access cover
3.1.4.1 The Contractor must remove up to a total of 1500 gallons of fuel. Document a complete chain of
custody record of the removed tank contents from the vessel to the point of final destination or delivery.
Submit document to the COR upon completion of work.
3.1.4.2 Dispose of removed fluids in accordance with all applicable Federal, state, and local regulations
(see 4.2 (Tank content restoration).
NOTE
Vessel may come in with less tank fluid contents than specified above.
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 the equipment listed below to demonstrate existing
operational condition. Submit a CFR.
Designated tank TLIs
3.3 Plug log. The Contractor must keep a written record of all plugs put in any tanks vents. A separate list
must be kept for each tank being entered.
3.3.1 Ensure that all plugs are removed from each tank upon completion of work in the tank.
3.3.2 Ensure the plug log is available to the Coast Guard inspector when the inspector is performing his
close-out inspection on each tank.
NOTE
Initial and post repair operational tests apply only to tanks that possess TLIs.
3.4 Cleaning requirements. The Contractor must remove tank 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. Remove any residual wash media; and wipe up residual
moisture with clean lint-free cloths. The Contractor must refer to the Coast Guard Drawings listed under
Section 2 (References) for guidance in accomplishing this work.
3.5 Tank content and waste disposal. 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. Submit document to the COR upon
completion of work.
3.6 Inspection. The Contractor must accomplish the following tasks:
3.6.1 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” (found in the Work Item titled “General
Requirements”) 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.
Condition of tank coating, including measurements taken, percentage, location, and type of
coating failure (if tank interior surfaces are coated).
Tank level indicator (TLI) and/or float switch condition, as applicable.
Sounding/vent tube and striker plate condition.
Suction and discharge piping condition.
Fastener material and condition (correct fastener material is stainless steel).
3.7 Tank closing. The Contractor must accomplish the following after completion of all KO-authorized
repairs and/or preservation procedures:
3.7.1 For unpainted fuel tank(s) that are not ballasted, apply a heavy coat of lube oil to the entire tank
interior(s).
3.7.2 Ensure that the tank(s) remain open for at least 24 hours. 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 AMS-C-6183. Chase threads on studs to
ensure even installation of the access covers. Renew any damaged or missing fasteners. Existing
undamaged fasteners may be reused. For purpose of bid, assume 10% of existing fasteners will require
renewal. Renew all Nylock hex nuts.
NOTES
For cutters with unpainted fuel tanks, the 24 hour tank opening period begins
after completing the lube oil coating.
Coast Guard personnel will operate all shipboard machinery and equipment.
3.8 Operational test, post repairs. After completion of work and 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. Submit a CFR.
Designated tank TLIs
Vent check valves
4. NOTES
4.1 Tank content removal. The Ship’s force will pump down the tank to the maximum extent possible
with the installed pumping system.
4.2 Tank content restoration. The Ship’s force will procure new fluids and refill the tank at the
appropriate time.
4.3 Period of Performance. Requested work be conducted during a 5-day period to commence on
01 DEC 2025 and end by close of business (COB) 05 DEC 2025 at the following location.
USCGC SENECA (WMEC 906), 4000 Coast Guard Blvd, Portsmouth, VA 23703
4.4 Point of Contact. LT Cody Tecson, Engineering Officer (EO), Cody.J.Tecson@uscg.mil, 757-835-1738.
Interested Vendors shall provide product/service details, Product Data Sheet, Proof of Marine Chemist Certification 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 21 November 2025 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the Contracting Officer, Patricia Fremming and Tim Ford at email address TIMOTHY.S.FORD@USCG.MIL and Patricia.M.Fremming@USCG.MIL.
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, Patricia Fremming and Tim Ford at email address Patricia.M.Fremming@USCG.MIL and 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 52.232-18, Availability of Funds
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).