Loading...
70Z085Q024247
Response Deadline
Apr 30, 2026, 3:00 PM(PDT)14 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This is a combined synopsis/solicitation
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. Request for Quotations number is 70Z085Q024247 and is issued as a request for quotations (RFQ). This announcement constitutes 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 totally 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. All responses from interested vendors must be received on/before 0800 Pacific Time, April 30th , 2026, and will be reviewed by the Government.
The United States Coast Guard Surface Force Logistics Center has a requirement for the following:
Contractor shall provide parts requested for USCGC Bertholf Exhaust repair:
General Requirements
1. SCOPE
1.1 Intent. This standard specification invokes general requirements for conducting vessel repairs for Coast Guard vessels performed by commercial contractors at USCG Facilities.
2. REFERENCES
COAST GUARD DRAWINGS
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 5550 (SFLC Std Spec 5550), 2022, Fire Prevention and Response
OTHER REFERENCES
None
3. REQUIREMENTS
3.1 General. The Contractor must conform to all requirements specified in SFLC Std Spec 0000 and in this item, as applicable, during the performance of this availability. The requirements of this WI apply to all work under the scope of this contract, whether explicitly stated in all following work items or not, and to all other work subsequently authorized by changes, modifications, or extensions to the contract.
3.2 Welding and brazing requirements. The Contractor must perform all welding and allied processes, and NDE in accordance with SFLC Std Spec 0740.
3.3 Fire Prevention. The Contractor must submit a Fire Prevention Plan in accordance with paragraph 3.1 of SFLC Standard Spec 5550. Coordinate with Port Engineer and submit to upon contract award.
3.3.1 Fire Watch. The Coast Guard will provide fire watch personnel and equipment.
3.4 Period of Performance. The period of performance for this work is 1 May 2026 through 30 July 2026.
3.5 Location. The Contractor must perform the work while the USCGC BERTHOLF is alongside the pier at Base Alameda, 1 Eagle Rd, Alameda CA 94501.
3.6 Base Alameda access is required. Vendor must have a valid U.S. driver’s license and show identification. Contractors working on this project must not have felony convictions. Forms will be provided for base access. A CG representative from the cutter will sponsor and escort vendor to the cutter.
3.7 Release of References. For any listed references to be distributed, the Contractor must request the document from the listed point of contact (POC) for this work.
3.8 Points of Contact. The USCG Technical POCs for this requirement include but are not limited to the following:
3.8.1 SFLC-LREPL Asset Manager, (MKCM Armando Perez, Armando.perez@uscg.mil),
3.8.2 SFLC-LREPL Engineer Officer, (LCDR Joseph Lacorte, joseph.s.lacorte1@uscg.mil)
S25_000_23410_BJA_0625_754
1. SCOPE
1.1 Intent. This work item describes the requirements for the Contractor to renew a section of the exhaust trunk piping, renew a section of the damaged deck plating above and install new lagging for the Nr.3 Ships Service Diesel Generator exhaust trunk. See Figure 1 for a picture of the exterior of this trunk.
2. REFERENCES
Coast Guard Drawings
Coast Guard Drawing 418A-WMSL-100-001, Rev B, General Arrangements
Coast Guard Drawing 750-WMSL-100-041, Rev H, Unit 3220 Structure 1st Platform to 2nd Deck – FR 76 to 88
Coast Guard Drawing 750-WMSL-508-001, Rev C, Piping and Machinery Insulation Schedule and L/M
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 5000 (SFLC Std Spec 5000), 2022, Auxiliary Machine Systems
Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2022, Requirements for Preservation of Ship Structures
Other References
None
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 following:
3.1.5 Gas Free. The Contractor must certify and maintain work area to a condition ‘Safe for Hotwork’ in accordance with Surface Forces Logistics Center Standard Specification 0000 paragraph 3.3.
3.1.5.1 The affected piping is in the Central Storeroom, 1st Platform, Frame 77.
3.1.6 Fluid handling. The Contractor must remove and dispose of removed fluids from the affected piping system and any cleaning fluids, in accordance with all applicable Federal, state, and local regulations and SFLC Std Spec 0000.
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.
3.2.1 Valve removal. The Contractor shall disconnect the exhaust valve from the remote operating gear and remove the valve from the piping system. Retain any label plates from the removed valve for reinstallation on the valve.
3.3 Piping Repair. The Contractor shall repair the damaged deck plating and exhaust duct from the flange underneath the water trap to the hull penetration shown in Detail 13B-4A of CG Drawing 750-WMSL-100-041.
3.3.1. All welding repairs must be conducted in accordance with SFLC Std Spec 0740. NDE must be in accordance with SFLC Standard Spec 0740 Appendix C, and a form of NDE in addition to visual inspection must be used. If a build-up weld is used to repair this elbow, then Paragraph C2.4.3 must be followed.
3.3.2. For bidding purposes, assume that two segments of the exhaust trunk & two segments of the deck plating will need to be renewed.
3.3.3. The Contractor must notify the Engineer Officer (LCDR Joseph Lacorte, joseph.s.lacorte1@uscg.mil) when all surface preparation is complete and they are ready to start the repair PRIOR to conducting any of the repairs.
3.3.4. This elbow is only about a foot off the waterline, so wave action can cause seawater to enter the elbow. The Contractor must take whatever measures are necessary to prevent this inflow of water from causing a safety hazard and/or damaging the weld.
3.4 Insulation. The Contractor must install new lagging over the entire elbow shown in Detail 13B-4A of CG Drawing 750-WMSL-100-041 in accordance with CG Drawing 750-WMSL-508-001 Sheet 25. Any of the insulation options rated at 400 degrees F or above may be used at the Contractor’s discretion.
3.4.1 Insulation installation. The Contractor shall renew disturb or damaged insulation material over the exposed bulkhead, overhead, and pipe surfaces, including associated pipe hangers, valves, fittings, and flanges, in accordance with details in NAVSEA Drawing 804-5959214 and Coast Guard Drawing 750-WMSL-635-002; select appropriate insulation materials and thicknesses for the application and temperature ranges specified in ASTM F683, Tables S1.1 and 5. Paint the newly installed insulation system, in accordance with SFLC Std Spec 6310, using the system specified for “Insulation Surfaces, Fiberglass Sheet/Closed Cell PVC Foam” in Appendix B (Cutter and Boat Interior Paint Systems).
NOTE
Coast Guard personnel will operate all shipboard machinery and equipment.
3.5 Operational test, post repairs. After completion of work, the Contractor shall 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.
3.6 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.)
3.7 Work Location / POP. All work is to be performed onboard the cutter at:
1 Eagle Rd, Alameda Ca 94541 with a Period of Performance (POP) between 1 May – 30 Jun 2026.
4. NOTES
Figure 1- Lagging to install
FIGURE 2: SSDG NO.3 EXHAUST FLANGE (REPAIR HIGHLIGHTED FLANGE & DUCT)
DEPH M-Q
STACK OK PLOTE
Please see attachments
The #3 SSDG exhaust at the through-deck fitting from the 2nd deck to the 3rd deck (as shown in the photo) appears to have a hole in the flange which causes water to enter the gen 3 space during heavy seas. In heavy seas you can observe water burping from the flange and pouring into the space.
FIGURE 3: SSDG NO.3 EXHAUST DAMAGE
DEPARTMENT OF HOMELAND SECURITY
US COAST GUARD
SFLC PROCUREMENT BRANCH 2(00085)
SFLC PROCUREMENT BRANCH 2(00085)
COAST GUARD ISLAND, BLDG 50-7
ALAMEDA, CA, 94501
NAICS
Ship Building and Repairing
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)