Alaska Bids > Bid Detail

Dockside for CGC Alex Haley in Kodiak, AK 99619 POP FEB 20th - 24th

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159010833866603
Posted Date: Feb 6, 2023
Due Date: Feb 17, 2023
Solicitation No: 70Z08523P17260
Source: https://sam.gov/opp/3ebe231896...
Follow
Dockside for CGC Alex Haley in Kodiak, AK 99619 POP FEB 20th - 24th
Active
Contract Opportunity
Notice ID
70Z08523P17260
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 2(00085)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Feb 06, 2023 08:31 am PST
  • Original Published Date: Feb 03, 2023 02:13 pm PST
  • Updated Date Offers Due: Feb 17, 2023 08:00 am PST
  • Original Date Offers Due: Feb 17, 2023 08:00 am PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 04, 2023
  • Original Inactive Date: Mar 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Kodiak , AK 99619
    USA
Description

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 included in this notice. Request for Quotations number is 70Z08523P17260 and is issued as a request for quotations (RFQ). This announcement constitutes the 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 2005-84 dated Nov 1, 2015. The NAICS Code is 336611. The Small Business Size Standard is 1250. This is a total 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.



**For purposes of evaluation and award, Past Performance is considered to be more important than Price.





Offerors shall submit quotes as follows –





Date: FEBRUARY 17TH, 2023



Time: 0800 Pacific Standard Time (PST)



Place: William.a.swordjr@uscg.mil





POP FEBRUARY 20TH - 24TH





REQUIRED DOCUMENTS:





Each Offeror shall furnish the information required by the solicitation, which includes:





Section 1: Price quote including cost breakdown.



Section 2: Past Performance / References Proposal (This section should include the offerors completed representations and certifications.); and



Section 3: Any issued amendments to the solicitation.





ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 02/17/2023.





QUESTIONS: The last day to ask questions will be FEBRUARY 17th, 2023, 0800 Pacific Standard Time (PST). Questions shall be submitted via e-mail to William.A.Swordjr@uscg.mil. After this date, unless amended, questions will not be accepted.





For information regarding this solicitation, please contact WILLIAM SWORD, 510-437-5436.





Please Note: Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation.





Questions and quotes shall be emailed to William.A.Swordjr@uscg.mil. Contractors are responsible for verifying receipt of quotes.





INTERESTED VENDORS PLEASE SEND OFFICIAL QUOTE, WITH A SAM.GOV REGISTERED DUNS NUMBER, AND EMAIL TO William.A.Swordjr@uscg.mil.













USCGC ALEX HALEY (WMEC 39)



SPECIFICATION FOR DOCKSIDE REPAIRS



FY2023



























TABLE OF CONTENTS





Principal Characteristics. iii



General Requirements. 1



WORK ITEM 1: Steam Piping, Renew.. 4



WORK ITEM 2: Boiler Shell, Weld Repair 11





Principal Characteristics



282' WMEC (CGC ALEX HALEY)



Physical



Length overall



282' 8"



Length between perpendiculars



264' 0"



Beam, extreme



50' 0"



Beam @ DWL



47' 0"



Depth, molded



24' 0"



Draft, mean @ full load displacement



15' 0"



Full load displacement



3088 long tons



Minimum operating displacement



2567 long tons



Light ship displacement



2058 long tons



Hull



Hull material



Steel



Machinery



Main propulsion



Diesel



Diesel engines



Four Caterpillar 3516



Propeller



2 CPP 11' 9" diameter x 7' 4" pitch, 4 blade, bronze



Shore tie



440 VAC, 400 Amp



Shaft bearings, forward



Orion Thrust



Shaft bearings, aft



Thordon



Shaft Seals; fore & aft



John Crane Type MX9



Tank Capacities



Diesel oil



653.1 long tons



JP-5 (aviation)



79.5 long tons



Fresh water



131.3 long tons



Ballast



57.2 long tons





00000_0220_FLT



General Requirements



1. SCOPE



1.1 Intent. This standard specification invokes general requirements for conducting vessel repairs performed by commercial contractors at a Coast Guard facility for Coast Guard vessels.



1.2 Term interchangeability. The terms 'Contractor', 'CG Yard', 'NAVSTA EVERETT', 'shipyard', 'Base', and 'Coast Guard Industrial' are used interchangeably in this specification. Where the primary service provider is Coast Guard personnel, references to contractor and other noted descriptors within this specification or within drawings, publications, SFLC Standard Specifications or other commercial and military references are deemed the same as prime service provider.



2. REFERENCESS



Coast Guard Drawings



None



Coast Guard Publications



Coast Guard Commandant Instruction (COMDTINST) M10360.3 (series), Coatings and Color Manual



Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020, General Requirements



Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2020, Welding and Allied Processes



Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2020, Requirements for Preservation of Ship Structures



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.



NOTE



The requirements of paragraph 3.1 (General) applies to all work under the scope of this contract, whether explicitly stated in work items or not, and to all other work subsequently authorized by changes, modifications, or extensions to the contract.



3.2 Fire watch requirements. The Contractor must refer to 3.3.1.3 (Fire watch requirements) of SFLC Std Spec 0000, in accomplishing the following task:




  • Provide portable fire extinguishers for Coast Guard fire watch personnel. Coast Guard fire watch is in lieu of contractor personnel during the hours of 0800-1600, Monday through Friday, and limited to two Coast Guard fire watch personnel.

  • Provide fire watch personnel and fire extinguishers for the duration of the availability period, during and beyond noted Coast Guard fire watch support.





3.3 Gas Free Requirements. The Contractor must submit the Gas Free Certificates references in 3.3.1.2.3.2 of SFLC Std Spec 0000 to the COR, not to the Coast Guard inspector. All other provisions of 3.3 (Work control requirements) are unchanged.



NOTE



Unless a waiver has been granted (in writing) by the KO, deviations from authorized coatings (listed in Appendix C of SFLC Std Spec 6310) and colors and color schemes (provided in Chapter 6 of COMDTINST M10360.3) are strictly prohibited.



3.4 Welding and brazing requirements. The Contractor must perform all welding and allied processes, and NDE in accordance with SFLC Std Spec 0740.



3.5 Environmental protection requirements. The Contractor must adhere to the following environmental protection requirements in accordance with the SFLC Stand Spec 0000:



3.5.1 USCG facilities. The Contractor must provide and maintain environmental protection as defined in SFLC Std Spec 0000 Appendix B, Requirements for Environmental Protection at USCG Facilities, during the performance of this availability. Contractor must plan for and provide environmental protective measures to control pollution that develops during normal practice, as well as plan for and provide environmental protective measures required to correct conditions that develop during the project. Contractor must comply with applicable Federal, state, and local laws, codes, ordinances, and regulations in their entirety. Any reference to a specific portion of a Federal, state, or local law, code, ordinance, or regulation in this or any other item must not be construed to mean that relief is provided from any other sections of the law, code, ordinance, or regulation.



3.5.1.1 USCG Generator status. The activity Generator Status for the Coast Guard Facility is a federal Large Quantity Generator (LQG) of hazardous waste (EPA ID #AK9690330472) and is a RCRA-permitted hazardous waste management facility.



3.5.2 Test and procedures. The Contractor must be required to promptly conduct tests and procedures for the purpose of assessing whether operations are in compliance with applicable Environmental Laws. Analytical work must be done by qualified laboratories; and where required by law, the laboratories must be certified.



3.5.3 Regulatory notifications. The Contractor must be responsible for all regulatory notification requirements in accordance with Federal, State and local regulations. In cases where the Coast Guard must also provide public notification, such as storm water permitting, the Contractor must coordinate with the Contracting Officer or COR, and if work is being performed at a USCG Facility, the local Facility Engineer or Engineering Officer. The Contractor must submit copies of all regulatory notifications to the Contracting Officer and the local Facility Engineer or Engineering Officer prior to commencement of work activities. Regulatory notifications must be provided for including but not limited to demolition, renovation, National Pollutant Discharge Elimination System (NPDES) defined site work, and remediation of controlled substances such as asbestos, hazardous waste, and lead paint.



3.5.4 Environmental manager. The Contractor must appoint in writing an Environmental Manager for the project, and must be responsible for coordinating Contractor compliance with Federal, State, local, and station environmental requirements. The Environmental Manager must ensure compliance with Hazardous Waste Program requirements, including hazardous waste handling, storage, manifesting, and disposal; implement the Contractors’ Environmental Management Plan; ensure that all environmental permits are obtained, maintained, and closed out; ensure compliance with Storm Water Program Management requirements; ensure compliance with Hazardous Materials including storage, handling, and reporting requirements; as well as coordinate any remediation of regulated substances such as lead, asbestos, and polychlorinated biphenyl (PCB). This may be a collateral position; however the individual must be trained to accomplish the following duties; ensure waste segregation and storage compatibility requirements are met; inspect and manage Satellite Accumulation areas; ensure only authorized personnel add wastes to containers; ensure all Contractor personnel are trained in 40 CFR requirements and individual position requirements; coordinate removal of waste containers; and maintain the Environmental Records binder and required documentation, including environmental permits compliance and close-out.



3.5.5 HW disposal. Contractor must comply with SFLC Std Spec 0000 Appendix B, Requirements For Environmental Protection At USCG Facilities for HW disposal, and ensure that waste removals are conducted during normal business hours (0800-1600) on Monday through Friday (excluding holidays).



3.5.6 Additional Requirements. The Contractor must be aware of the following:



3.5.6.1 No Contractor or Subcontractor must have the authority to sign a Hazardous Waste Manifest using the Coast Guard facility’s EPA Generator ID Number or remove contract generated hazardous waste from the Coast Guard facility without COR or KO-approval.



3.5.6.2 Local environmental regulations at the Government facilities may be more stringent. As with all environmental regulations, the Contractor must prepare for and comply with local and state regulations.



3.6 Crane Requirements. The pier at Coast Guard Base Kodiak currently has a maximum crane restriction of 60T, and the Base owns the largest crane on island that is safely allowed on the pier. Therefore, an exception to Std Spec 0000 paragraph 3.2.7 will be made for work items D-03, D-10, and D-22. The Base crane will be available if requested 48 hours in advance to assist with the high weight and reach requirements of these work items. All smaller loads which do not require a 60T crane must be handled by contractor furnished equipment.



4. NOTES



None





S22_000_50000_BJA_0223_282




  1. ITEM 1: Steam Piping, Renew



1. SCOPE



1.1 Intent. This work item describes the requirements for the Contractor to renew a section of steam piping on the relief valve steam line.



1.2 Government-furnished property.



None.



2. REFERENCES



Coast Guard Drawings



Coast Guard Drawing 282-WMEC-500-008, Rev H, Ships Steam & Boiler Feed Piping Arrangement



Coast Guard Drawing 282-WMEC-545-014, Rev M, Diagram Ships Heating & Aux_Y



Coast Guard Publications



Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020, General Requirements



Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2020, Welding and Allied Processes



Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2020, Requirements for Preservation of Ship Structures



Other References



ASTM International (ASTM) F683, September 2021, Standard Practice for Selection and Application of Thermal Insulation for Piping and Machinery



3. REQUIREMENTS



3.1 General.



3.1.1 CIR. The Contractor must submit a Critical Inspection Report as required by the following paragraphs:



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:




  • Pipe insulation

  • Piping from other systems

  • Pipe hanger



3.1.5. Hazardous material disclosure. The Contractor must be aware of the following hazardous conditions:



WARNING



Asbestos must be treated as friable during removal.




  • Asbestos in excess of 1% is present in the existing steam thermal insulation and pipe gaskets.



3.1.6 Steam System Status. Due to the nature of the work and the unknown integrity of the valves in the steam system, the ship’s boilers must be secured for the duration of the work. Coordinate with ship’s force to reduce the amount of time when the ship’s steam system must be secured, and notify the ship’s force to secure the boilers and bleed off pressure in the boilers at least 24 hours in advance of commencing work.



3.1.7 Waste Removal. The Contractor must dispose of residual fluids and hazardous materials in compliance with all applicable Federal, state, and local laws, ordinances, regulations and SFLC Standard Specification 0000. Notify the COR (in writing) at least 5 days prior to removal of wastes and fluids. Document a complete chain of custody record of the removed contents and generated wastes, from the vessel to the point of final destination or delivery. Submit document to the COR upon completion of work.



3.1.8 Piping. Piping on board the ALEX HALEY is not standard US piping. Consult Coast Guard Drawing 282-WMEC-545-014 for pipe information.



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 Steam System Repairs. The Contractor must crop out and renew 2 linear feet of piping on either side of the hole in the pipe (for a total of 4 feet). This is a portion of the relief valve steam line labelled 11-SD-5 on CG Dwg 282-WMEC-500-003 and 282-WMEC-545-014. See Figures 1 – 4 for the location of the hole.



3.3.1 The Contractor must confirm with the COR the location of the leak prior to cropping out any pipe.



3.3.2 The Contractor must handle all insulation s asbestos, in accordance with paragraph 3.1.5 and 3.1.7 herein as well as SFLC Standard spec 0000 and local, state and Federal laws.



3.3.2.1. It is not the intent of the Coast Guard to remove all asbestos insulation on this line. Only insulation in way of repairs must be removed. Cap ends to contain any remaining asbestos fibers.



3.3.3 Upon completion of repairs, provide and install new insulation over the exposed pipe surfaces on 11-SD-5 at thicknesses appropriate to the application and temperature ranges specified in ASTM F683 up to 8 linear feet of piping.



3.3.4 Complete all welds and NDE in accordance with SFLC Standard Spec 0740. Submit a CFR showing the results of the NDE.



3.4 Pipe flushing. The Contractor must flush all new and disturbed piping with clean fresh water until all debris is removed. Ensure 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 level of pipe cleanliness.



3.4.1 Dispose of flushing fluid in accordance with paragraph 3.1.7.



3.4.2 Do not drain any fluids, including fresh water, into any space, bilge or exterior location.



3.5 Hydrostatic test. After all authorized repairs, the Contractor must hydrostatically test all welds in the steam system in accordance with SFLC Std Spec 0740, Appendix C, Hydrostatic Test with 225 psi. Ensure zero leakage from or permanent deformation of pressure-containing parts by repairing all leaks, deformations, and discrepancies. Submit a CFR.



3.6 Leak test. After completing all authorized mechanical (i.e. threaded, bolted, etc.) joint repairs, the Contractor must test the steam system operation using the system fluid at normal operating pressure. Ensure zero visible leakage from or deformation of mechanical parts by repairing all leaks and discrepancies. Submit a CFR.



3.7 Operational test, final. Upon completion of work, the Contractor must witness Coast Guard personnel perform an operational test of all items or shipboard devices that were disturbed, used, repaired, or altered, to demonstrate existing operational condition. Submit a CFR.



3.8 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.)



4. NOTES





figure 1. approximate location of leak (excerpt from cg dwg 282-WMEC-500-008)











figure 2. Location of hole (circled in orange)







figure 3. Close-up of hole (circled in orange)







figure 4. Overall view of hole (circled in orange)

















S22_000_51400_BJA_0223_282






  1. ITEM 2: Boiler Shell, Weld Repair



1. SCOPE



1.1 Intent. This work item describes the requirements for the Contractor to weld repair a crack in the boiler shell for the #1 boiler (Cyclotherm MC-2500).





1.2 Government-furnished property.



None



2. REFERENCES



Coast Guard Drawings



Coast Guard Drawing 282-WMEC 514-004, Rev C, Piping Mods for Installation of Auxiliary Boilers



Coast Guard Publications



Coast Guard Technical Publication (TP) 0951-LP-018-8010, SWBS 517, Dec 1992, Auxiliary Boiler Cyclotherm MC-2500



Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020, General Requirements



Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2020, Welding and Allied Processes



Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2020, 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, (Interferences). Known interferences include, but are not limited to the following:




  • Insulation

  • Boiler inspection covers

  • Boiler control cabinet



3.1.5 Steam System Status. Due to the nature of the work and the unknown integrity of the valves in the steam system, the ship’s boilers must be secured for the duration of the work. Coordinate with ship’s force to reduce the amount of time when the ship’s steam system must be secured and notify the ship’s force to secure the boilers and bleed off pressure in the boilers at least 24 hours in advance of commencing work.



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 Weld Repair. The Contractor must weld repair a 4” long, vertical crack in the #1 Boiler shell in the approximate location shown in Figure 1 and Figure 2 (behind the alarm bell). Reference CG Drawing 282-WMEC 514-004 for the arrangement and location of the boiler and TP0951-LP-018-8010 for the properties of the boiler itself. The welding and NDE must be in accordance with SFLC Standard Spec 0740. Submit a CFR with NDE results.



3.4 Hydrostatic test. After all authorized repairs, the Contractor must hydrostatically test the boiler shell 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.



3.5 Operational test, final. Upon completion of work, the Contractor must witness Coast Guard personnel perform an operational test of all items or shipboard devices that were disturbed, used, repaired, or altered, to demonstrate existing operational condition. Submit a CFR.



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.)





4. NOTES





figure 1. appx location of crack (excerpt from TP 0951-LP-018-8010, pg 6-3-17)





figure 2. appx location of crack (excerpt from TP 0951-LP-018-8010, pg 6-3-9)




Attachments/Links
Contact Information
Contracting Office Address
  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >