Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2025 SAM #8731
SOLICITATION NOTICE

20 -- CGC JUNIPER - Shaft Seal Replacement Tech

Notice Date
10/20/2025 4:33:33 PM
 
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
70Z08526Q000101
 
Response Due
10/27/2025 8:00:00 AM
 
Archive Date
11/11/2025
 
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 70Z08526Q0000101 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, October 27th, 2025, and will be reviewed by the Government. See below requirement and also see attached SOW: WORK ITEM 1: Propulsion Shaft Seals, In the Water Minor Overhaul 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to inspect, measure, clean, and adjust the mechanical shaft seals. This work will be performed in the water. All of the manufacturer's recommended maintenance except for the complete seal overhaul will be performed. The propulsion shaft seal is an inboard 18.000 inch Type MB Seal manufactured by Wartsila -Lips. 1.2 Government-furnished property. MTI ITEM DESCRIPTION NSN/PN QTY ESTIMATED COST ($/UNIT) N 225' WLB Minor (Face Change out) Overhaul Kit NSN: 5330-01-520-5277 1 ea. 18,357.00 Y *Seal Compression Tool Onboard Tool 1 ea. 200.00 *Government-loaned property, which must be returned to the vessel upon completion of the availability. 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 225B-WLB 243-1, Rev J, Propulsion Shafting Arrangement Coast Guard Drawing 225B-WLB 243-2, Rev G, Stern Tube and Bearing A & D COAST GUARD PUBLICATIONS Coast Guard Technical Publication (TP) 3524, 2013, Manufacturer's Instruction Book-SWBS Group(s) 243-262 Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2022, Requirements for Preservation of Ship Structures OTHER REFERENCES American Bureau of Shipping (ABS) 2, Rule Requirements for Survey After Construction, 2007, Part 7, Appendix Section 10, Guide for Bronze and Stainless Steel Propeller Castings 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. The Contractor must submit a CIR for the inspections listed in the following paragraph(s): � 3.5.2 (Initial visual inspection). � 3.6.1 (Seal face wear inspection). 3.1.2 Tech Rep. 3.1.2.1 The Contractor must provide the services of a qualified Tech Rep, who is familiar with the Wartsila shaft seal system equipment/system system/equipment, to do the following, on site: � Advise on manufacturer's proprietary information pertinent to the system. � Assist with proper repair methods, and ensure compliance with manufacturer's procedures and standards during disassembly, inspection, repair, modification, calibration, and reassembly of the equipment/system. � Ensure compliance with manufacturer's procedures and standards during disassembly, inspection, and reassembly of the shaft seals. 3.1.2.2 Ensure that the Tech Rep has a r�sum� of demonstrated experience with the system/equipment stated above. 3.1.2.3 Submit a copy of the Tech Rep�s r�sum� and a list of references to the to the COR at the 3.1.2 NOTE The Tech Rep will bring vulcanizing equipment to install the inflatable seal. The Ship�s Force will supply the compression tools to work on the seal. 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: � Location: Lower Level. Two (2) 5� by 3� deck gratings and possibly framing on the port side. To remove framing, framing and handrails need to be cut (and re-welded for reinstallation). � Location: Lower Level. Sea water piping to the stern tube. � Location: Lower Level. Lube Oil supply piping (head tank) to the stern tube. � Location: Upper Level. Two (2) 5� by 3� deck gratings to facilitate removing parts from the lower level. 3.1.5 Divers. Coast Guard will provide Coast Guard Divers to seal the shaft via cofferdam or other approved methods and remove once seal has been replaced. 3.1.5.1 Immediately prior to shaft seal overhaul work commencing Contractor shall obtain USCG permission to commence work, to allow safety checks and USCG presence on scene. 3.2 Initial inspection. The Contractor must, in the presence of the Coast Guard Inspector, inspect all affected equipment and systems (including those subject to interference/removal) to document the existing condition. Submit a Condition Found Report noting any equipment or system discrepancies. 3.3 Minor Overhaul Kit. The Minor Overhaul Kit provided as GFP (Part WLP001320-000 Rev B, NSN 5330-01-520-5277) consists of the following components: TABLE 1 - 225�, MINOR OVERHAUL KIT LINE # DESCRIPTION PART NUMBER QTY UOI 1. Splash Guard (rubber) H72579-01-4-2 1 ea 2. Face Insert (split) - Manetex 22 H72579-01-6-1 1 ea 3. Face Sealing Strip H72579-01-6-2 1 ea 4. Seat Butt Bolts H72579-01-7-2 4 ea 5. Seat Dowel H72579-01-7-3 2 ea 6. Seat Spring Pins H72579-01-7-4 2 ea 7. O-cord, seal H72579-01-7-5 2 ea 8. Drive Clamp Butt Bolt H72579-01-8-2 2 ea 9. Drive Screw H72579-01-8-3 2 ea 10. Drive Alignment Bolt H72579-01-8-4 2 ea 11. Drive Screw Nut H72579-01-8-5 6 ea 12. Drive Clamp Shaft Screw H72579-01-8-6 4 ea 13. Compression Tool Assy H72579-01-CT 1 ea 3.4 Safety. The Contractor must confirm that the inflatable seal is not pressurized. The flexible air hose should be disconnected during normal cutter operations. CAUTION Any of the following may lead to personnel injury or damage to equipment: Entering or reaching into the propeller shaft/stern tube seal area unless the shafting is stopped and locked in position. Rotating shafting while its inflatable seal is inflated. Adjusting the alignment of the seal unless the turning gear is engaged. During normal operation of the seal, no visible run-out of the bellows should be noted. Run-out is a result of misalignment of the seat and may result in reduced bellows life. 3.5 Equipment removal. The Contractor must ensure that the inflatable seal is deflated and that the shaft turning gear is engaged. NOTE A verification shipcheck by the Contractor prior to bidding is recommended to determine any possible interferences or other complications that may arise during the performance of this item. Some possible interferences are noted in the Table in the following paragraph. The above drawings are construction drawings. There may be discrepancies between these drawings and the actual configuration of the cutter. Therefore, use the above drawings for guidance and the general identification of the work. 3.5.1 Remove the splash guards. Thoroughly clean the exterior of the seal. Compressed air may be used for cleaning inaccessible areas. Inspect the exterior of seal and the shaft sleeve for any defects in accordance with CG Tech Pub 3524-243-A. Submit A CIR. 3.6 Measurement of Relative Seal Face Wear. The Contractor must perform the seal face wear inspection and measurements in paragraph 7.1 in CG Tech Pub 3524-243-A. The wear limit is 0.236 inch (6 mm). Submit A CIR. 3.7 Seal Disassembly. The Contractor must clean the seal in accordance with paragraph 7.2 of tab 3 in CG Tech Pub 3524-243-A. Wrap the seat and other parts in rubber gasket material and store safely for reinstallation. 3.7.1 The Contractor must disassemble the Bellows and Face Carrier Assemblies in accordance with CG Tech Pub 3524-243-A. Inspect pieces for wear, damage, and corrosion. Wrap the pieces in rubber gasket material and store safely for reinstallation. Submit a CFR. 3.7.2 The Contractor must inspect the pieces for wear, damage, and corrosion. Wrap the pieces in rubber gasket material and store safely for reinstallation. 3.8 Seal Reassembly. The Contractor must unpack and disassemble the seal parts in accordance with CG Tech Pub 3524-243-A. 3.8.1 Face Carrier Assembly � The Contractor must assemble the face carrier in accordance with Chapter 4 of CG Tech Pub 3524-243-A. Ensure that butts of face carrier are clean, butted smoothly together, and free of nicks and burrs. 3.8.2 Bellows Assembly � The Contractor must assemble the bellows in accordance with Chapter 4 of CG Tech Pub 3524-243-A. 3.8.3 Face Insert Installation � The Contractor must install the face insert in accordance with Chapter 4 and 7.2 (c) of CG Tech Pub 3524-243-A. Renew and/or machine parts in accordance with the guidance in the technical manual. 3.8.4 The Contractor must reassemble the seal in accordance with Chapters 4 and 7.2 (c) in CG Tech Pub 3524-243-A. As necessary, install new parts in accordance with the manufacturer�s instructions using the materials in the Government Furnished seal replacement kits. Machine the seat face in accordance with paragraph 7.2 (c) in CG Tech Pub 3524-243-A. Verify the proposed maximum cut with the CG Inspector prior to machining. Stow unused new parts as directed by the CG Inspector. 3.8.5 Setting Seal Compression � The Contractor must, in the presence of the Coast Guard Inspector, set seal compression in accordance with Chapter 4 in CG Tech Pub 3524-243-A. 3.8.6 Checking Seal Alignment � The Contractor must check seal alignment in accordance with Chapters 4.1 (k) and 7.2 (c) in CG Tech Pub 3524-243-A. Reassemble the seal upon completion of work. 3.8.6.1 Attach a dial indicator to indicate the relative misalignment between the seat and the stationary face insert as the shaft rotates. The face of the seat, the aft side of the face carrier, or the flat side of the forward main clamp ring near the butt joint may be used as the indicator reference surface. 3.8.6.2 Engage the turning gear to rotate the shaft. 3.8.6.3 Adjust the alignment bolts and drive bolts to have a total indicator reading of 0.002� or less while the shaft is rotating. Take readings for three complete revolutions of the shaft. 3.8.6.4 Once the alignment is complete, lock the alignment bolts with their locking nuts. Recheck the alignment after locking. Disengage the turning gear and install the splash guard when work is complete. 3.8.7 The Contractor must upon completion of all work, perform the Inflatable Seal testing and Operational Seal testing required in paragraphs 3.9 and 3.11 below. 3.9 Inflatable Seal Testing. Stern Tube Seal Leakage Test � The Contractor must pressurize the stern tube seal with clean fresh water through the flanged connections at the bottom of the mounting ring to 20 psig. Inspect and correct for any leakage. 3.9.1 Pressure Drop Test � The Contractor must perform the inflatable seal pressure drop test on the inflatable seal in accordance with Chapters 4.2 and 6 in CG Tech Pub 3524-243-A and the guidance provided by the Technical Representative. Submit a CFR. 3.9.1.1 Pressurize the inflatable seal to 60 psig using compressed air. Visually inspect to ensure that all piping joints are tight. 3.9.1.2 Inflate to seal to 75-90 psig, shut off all air valves, and monitor the air leakage. The air pressure must not drop more than 5 psig in 15 minutes. Correct any deficiencies noted. NOTE The sealing pressure for this cutter class is less than 40 psig. 3.9.2 Water Leakage Test � When the cutter is waterborne, the Contractor must perform the inflatable seal water leakage test on the inflatable seal in accordance with Chapters 4.2 and 6 in CG Tech Pub 3524-243-A. Submit a CFR. 3.90.2.1 With the shaft stopped and locked into position, inflate the seal to its normal air pressure. Slowly open the seal drain valve and drain the seal cavity. 3.9.2.2 Measure the seal leakage. If the leakage exceeds one pint per minute, take the necessary corrective actions. 3.9.2.3 Upon completion, align the seawater cooling lines and return the shaft to normal operation. 3.9.3 The Contractor must inspect and test all components in the presence of the Coast Guard Inspector. Turn over or dispose of unused parts and replaced parts as directed by the CG Inspector. 3.10 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, paragraph 3.1.13 (Touch-ups and minor coating repairs.) NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.11 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. 3.11.1 Observe the seal under operating condition. Ensure that there is no excessive heat, excessive leakage (more than 4 quarts per hour), or excessive vibration (more than 0.005� TIR). Also ensure that there is no visible run-out of the bellows. Check the alignment of the seal seawater cooling piping to ensure there is no undue strain. 3.11.2 In the event of any of the above conditions, use the Technical Representative and CG Tech Pub 3524-243-A for troubleshooting. The seal must perform normally in accordance with the CG Tech Pub after overhaul and renewal. 3 Provide written final report of the Tech Rep Visit 3.1 Provide final report of the Tech Rep visit. Include noteworthy findings and discussion on events, documentation of final results, and any lesson learned for similar repairs to other WLBs. 4 Delivery The CTR will travel to and perform work on board CGC JUNIPER 400 Sand Island Parkway Honolulu, HI 96819 5 PERIOD OF PERFORMANCE 01NOV25 through 25NOV5 6 PLACE OF PERFORMANCE & POC�S The primary place of performance will be onboard CGC JUNIPER 400 Sand Island Parkway Honolulu, HI 96819 6.1 GOVERNMENT FURNISHED RESOURCES Seal Kit is on site. 6.2 Security Requirement Provide name of technician to crew prior to arrival and good contact information. 6.3 Point of Contact: Any cutter site visits will be coordinated through the cutter POC. Cutter POC: CWO Robert Ozment CGC JUNIPER (WLB 201) Work: 808-842-2865 Pers Cell: 808-398-0808 Email: robert.e.ozment@uscg.mil 7. NOTES 7.1 Coast Guard personnel will operate all shipboard machinery and equipment during all tests. 7.2 Shipcheck. A verification shipcheck by the Contractor prior to bidding is recommended to determine any possible interferences or other complications that may arise during the performance of this item. Some possible interferences are noted paragraph 7.1.4. The reference drawings are construction drawings. There may be discrepancies between these drawings and the actual configuration of the cutter. Therefore, use the referenced drawings for guidance and the general identification of the work.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/8b9dc0bbc2ae442ca57811c19795ad22/view)
 
Place of Performance
Address: Honolulu, HI 96819, USA
Zip Code: 96819
Country: USA
 
Record
SN07622941-F 20251022/251020230037 (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.