Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2025 SAM #8691
SOLICITATION NOTICE

20 -- USCGC POLAR STAR CASING REPAIR REQUEST

Notice Date
9/10/2025 9:14:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08525Q0030311
 
Response Due
9/23/2025 8:00:00 AM
 
Archive Date
10/08/2025
 
Point of Contact
DONNA O'NEAL, Phone: 5103931145, ULISES BALMACEDA, Phone: 2068200307
 
E-Mail Address
Donna.J.O'Neal@uscg.mil, Ulises.O.Balmaceda@uscg.mil
(Donna.J.O'Neal@uscg.mil, Ulises.O.Balmaceda@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 70Z8525Q0030311 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 2005-65 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, September 3rd, 2025, 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 POLAR STAR NR2 Boiler Casing Repair. CTR shall provide the following: T General Requirements 1. SCOPE 1.1 Intent. This standard specification invokes general requirements for conducting vessel repairs performed by commercial contractors for Coast Guard vessels. 2. REFERENCES COAST GUARD DRAWINGS None 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 requirement of this WI applies 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 Specification. The Contractor must submit a Fire Prevention Plan in accordance with paragraph 3.1 of SFLC Standard Spec 5550 3.4 Materials. The Contractor must obtain all the materials required to complete this job except for the Government-furnished Property shown in Paragraph 1.2 of Work Item 1, if any specified. 3.5 Period of Performance. The period of performance for this requirement starts on 29 September 2025 and ends on 17 October 2025. 3.6 Location. The Contractor must perform this work while the USCGC POLAR STAR is alongside the pier at USCG Base Seattle - 1519 Alaskan Way S, Seattle, WA, 98134. The Contractor must provide full name, date of birth, and driver�s license number of contractors, subcontractors, and technical representatives to the designated USCG representative at least 48 hours prior to arriving on-site. The Contractor does not require access to designated restricted and/or controlled access spaces on the ship in execution of this work. 3.7 Release of References. For any listed references to be distributed, the contractor must be registered in the Joint Certification Program (JCP) through Defense Logistics Agency (DLA) and provide your JCP number and expiration date to the listed point of contact (POC) for this work. 3.8 Solicitation Period Site-Visit. The Contractor can perform a ship check during the solicitation period of this requirement. The Contractor must contact the designated points of contact (POC) at least 48 hours prior to requested access for USCG to process. The POC for a site visit is listed in Paragraph 3.11. Access prior to award cannot be guaranteed and depends on the availability of the POCs and the Contractor providing request documentation needed for access. USCG is not responsible for any costs associated with the Contractor�s site visit. 3.9 Documentation for Contractor�s Proposal. The Contractor must include at least the following in their proposal for this requirement: basic information (name, company name, contact details, the date, Unique Entity ID), company overview, past performance (if applicable), technical representative certifications and qualifications, and signature of the authorized person. 3.10 Points of Contact. The USCG Technical POCs for this requirement include but are not limited to the following: 3.10.1 SFLC-LREPL Asset Manager, LT Mikael Axelsson, Mikael.J.Axelsson@uscg.mil 3.10.2 USCGC POLAR STAR Engineer Officer, LT Joshua Herring, Joshua.C.Herring@uscg.mil 3.10.3 USCGC POLAR STAR Assistant Engineer Officer, LT Andrea Harris, Andrea.M.Harris@uscg.mil ITEM 1: #2 Boiler, Inspect and Repair 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to investigate and repair a leak in the #2 boiler fire side casing. See Figure 1 for nameplate information. 1.2 Government-furnished property. None 2. REFERENCES Coast Guard Drawings Coast Guard Drawing 400 WAGB 103-003, Rev AM, Booklet of General Plans (POLAR STAR) Coast Guard Drawing 400 WAGB 5101-007, Rev 1, SDW 350M Marine Auxiliary Boiler Bare Boiler Design Arrangement Coast Guard Publications Coast Guard Technical Publication (TP) 2035, SWBS 517, Section A, Rev -, Auxiliary Boiler 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 None 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. None. 3.1.2 Tech Rep. The Contractor must provide the services of a City of Seattle Grade Two Steam engineer or a USCG-issued 2nd Assistant Engineer Steam Merchant Mariner Credential (Limited Horsepower or Unlimited Horsepower) or the Original Equipment Manufacturer or an equivalent credential to the Seattle Steam engineer/Steam Merchant Mariner Credential to accomplish the following tasks � on site: Oversee the removal and re-installation of equipment, insulation and casing Oversee the inspection and repair of the crack 3.1.2.2 Submit the name and r�sum� of the Tech Rep to the designated USCG representative in the solicitation proposal for this work. 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) including, but not limited to the following: Insulation Sheathing 3.1.5. Residual Fluids. The Contractor must dispose of residual fluids in compliance with all applicable Federal, state, and local laws, ordinances, regulations and SFLC Standard Specification 0000. Notify the designated USCG Technical POC(s) (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 designated USCG Technical POC(s) upon completion of work. note Coast Guard personnel will operate all shipboard machinery and equipment note Operational testing of the boiler will take 4 hours 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. 3.2.1 The boiler must be tested as part of the initial test in addition to other disturbed items. 3.3 Boiler Crack Location. There is a crack in the boiler casing (highlighted as #14 ga steel in Figure 2) somewhere near the forward casing for the water drum of Boiler #2. The Contractor must locate this crack. See Figures 2 and 3 for the scope of the interference removal. 3.3.1. Upon completion of crack repair, all the insulation and sheathing material must be renewed or re-installed. Welding must be done in accordance with SFLC Std Spec 0740 3.3.2. The Contractor must NOT weld or damage the pressure-containing components of the water drum in any way. 3.3.3. The Contractor may use smoke testing or any of the NDE techniques highlighted in SFLC Std Spec 0740 to locate this crack. Submit a CFR when the Contractor finds the crack describing its size and location or when the entire area has been searched and no crack was found. 3.3.3.1 If one method (smoke or NDE) does not locate the crack, then the other method must be used. 3.3.3.1.1. If VT is used as the form of NDE then another form of NDE must be attempted in addition to smoke until the crack is found. 3.3.4. The blower fan may be used to assist in crack location, but the boiler may NOT be fired without insulation. 3.3.5. The area between the red circles of Figure 3 represents the MINIMUM amount of sheathing removal to find this crack. The maximum amount of removal is shown in the green rectangle. The maximum area of sheathing and insulation removal is nine square feet. 3.3.6. The material of the outer sheathing is unknown. For bidding purposes, assume it could be either mild steel from 3/16th inches thick to 3/8th inches thick or 14 gauge Type 304 Stainless. 3.4 Crack Repair. The Contractor must repair the crack by welding it in accordance with SFLC Std Spec 0740. Conduct NDE in accordance with SFLC Standard Spec 0740 and submit a CFR. 3.4.1. For bidding purposes, assume that the crack will require the cropping and renewal of up to 2 square feet of casing material. The material is unknown, but for bidding purposes, assume it could be either mild steel from 3/16th inches thick to 3/8th inches thick or 14 gauge Type 304 Stainless. 3.4.2 The Contractor must clean the crack area sufficiently to conduct the weld repair. 3.4.3. The Contractor must provide gas free certificates, marine chemist certification documentation, and fire watch in accordance with Paragraph 3.3 of SFLC Std Spec 0000. The Contractor must produce the documentation required in Paragraph 3.3.1.2.3. upon request. 3.5. Operational Test, Final. Upon completion of work, the Contractor must witness Coast Guard personnel perform a final operational test of all items or shipboard devices to be disturbed, used, repaired, or altered, to demonstrate existing operational condition. Submit a CFR. 3.5.1 The boiler must be tested as part of the initial test in addition to other disturbed items. 3.6 Touch-up preservation, general. The Contractor must prepare and coat all new and disturbed exterior and interior surfaces, as applicable, to match existing adjacent surfaces in accordance with SFLC Std Spec 6310, paragraph 3.1.13 (Touch-ups and minor coating repairs). Use �Machinery, Steel, Operating Temperatures Over 200oF� in Appendix B. N See attachment too
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d79d3cf97404d5ea794a34d31ea716e/view)
 
Place of Performance
Address: Seattle, WA 98134, USA
Zip Code: 98134
Country: USA
 
Record
SN07585623-F 20250912/250910230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.