SOLICITATION NOTICE
20 -- CGC SYCAMAORE HYDROTASTIC TESTING SERVICE
- Notice Date
- 11/4/2025 10:00:25 AM
- Notice Type
- Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
- ZIP Code
- 94501
- Solicitation Number
- 70Z08526Q260000288
- Response Due
- 11/10/2025 8:00:00 AM
- Archive Date
- 11/25/2025
- 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
- Statement of work for USCGC SYCAMORE CO2 Cylinder Hydrostatic Testing CGC SYCAMORE has an immediate need for technical support for tasks outlined in this Statement of Work (SOW). 1.0 GENERAL 1.1 Background The 225� WLB asset, USCGC SYCAMORE utilizes CO2 cylinders as part of its fire suppression systems. These cylinders require periodic hydrostatic testing to ensure their structural integrity and prevent failure, which could compromise the effectiveness of the fire suppression system and are critical to the unit�s ability to get underway. 1.2 Scope The scope of this contract is defined by the efforts and tools required to support USCGC SYCAMORE (WLB-209). The Contractor shall provide all labor, materials, and tools necessary to remove bottles, deliver to testing facility, perform hydrostatic testing on the CO2 cylinders as outlined below, and reinstall in accordance with applicable regulations and MPC procedures. 1.3 Objective The goal is to perform hydrostatic testing on the CGC SYCAMORE's CO2 cylinders to verify their pressure integrity, identify any cylinders that fail to meet specified operational standards, and ensure the CO2 fire suppression system remains operational and reliable. 1.4 APPLICABLE DOCUMENTS 1.4.1 Compliance Documents The following documents provide specifications, standards, or guidelines that must be complied with in order to meet the requirements of this contract: Surface Forces Logistics Center Standard Specification (SFLC Std Spec) 0000 General Requirements, 5550 Fire Prevention and Response 2.0 SPECIFIC REQUIREMENTS/TASKS 2.1 CO2 Cylinder Removal, Transport, Hydrostatic Testing, and Reinstallation 2.1.1 Removal and Preparation: The Contractor shall: Remove all CO2 cylinders to be tested from mounting racks and brackets, as directed by the Engineer Officer (EO) or designated representative. The number of cylinders to be tested is 12. Carefully handle the cylinders, ensuring they are held or laid horizontally on the deck to prevent them from standing freely on their end. Document the cylinder location, serial number (if applicable) and any visible damage on each cylinder. Work with ship�s forces Lockout/Tagout procedures related to disconnecting the CO2 system before cylinder removal, referencing COMDTINST 9077.1 (series). Prepare the cylinders for transportation to the testing facility, ensuring they are securely packaged and transported in accordance with DOT regulations. 2.1.2 Hydrostatic Testing: The Contractor shall: Deliver cylinders to hydrostatic testing facility. Ensure the hydrostatic testing is performed in accordance with all applicable regulations. Monitor the testing process to ensure compliance with regulations and quality control standards. 2.1.3 Post-Test Inspection and Handling: The Contractor shall: Receive tested cylinders from the test facility. For cylinders that pass: Ensure the new hydrostatic test date is correctly stamped on the CO2 cylinder shoulder and paper tags and logs as required by the EO. For cylinders that fail: Inform the EO (POC: CWO-2 Frank Levitsky. Frank.c.levitsky@uscg.mil ) or the EPO�s designated representative immediately. At the approval of the asset manager in section 8, replace the CO2 cylinder with a new or re-certified cylinder that meets or exceeds OEM specifications. Ensure the replacement cylinder meets all DOT regulations. Dispose of the failed cylinder in accordance with all applicable federal, state, and local regulations. Handle all cylinders with care, maintaining them in a horizontal position or secured manner until re-installed. 2.1.4 Re-installation and System Re-Arming: The Contractor shall: Install CO2 cylinders into mounting racks and brackets. Ensure all cylinder brackets are tight. NOTE: There is no torque value required, do not over tighten. Re-arm the CO2 system, (Refer to MPC R-C-17973, R-S-1574, R-S-17582, or R-S-17926 � Ensure the correct MPC is referenced and remove the others.). Ensure all safety devices are free of leaks and functioning correctly. 2.1.5 Final Steps: The Contractor shall: Notify EO of any discrepancies, repairs, or future actions. Work with ship�s force to reconnect necessary Operating Components and Remove Lockout/Tags-plus Material and Hardware IAW COMDTINST 9077.1 (series). Remove Red Danger Tags from actuation stations. Remove warning signs. Ensure ventilation systems to CO2 protected spaces are operating normally. Restore equipment to the normal status. Record any maintenance actions. 2.2 Documentation The contractor will provide the following documentation to the EO and Asset Manager. The location, serial number and damage documented prior to testing. Documentation for each cylinder showing Pass/Fail status and if replacement cylinder installed. DOT certification from the testing facility. Any other required documentation. 3.0 CONTRACTOR PERSONNEL The Contractor shall provide qualified personnel to perform all requirements specified in this SOW. Personnel performing the hydrostatic testing shall have documented training and experience in hydrostatic testing procedures and be certified to do so. All personnel shall be familiar with CO2 cylinder handling safety procedures. 4.0 OTHER APPLICABLE CONDITIONS 4.1 Period of Performance The period of performance for this contract shall be agreed upon between the ship�s EO, Asset Manager, and be completed no later than December 1, 2025. 4.2 Place of Performance The primary place of performance will be the USCGC SYCAMORE (WLB-209) for cylinder removal and installation, and the Contractor's approved testing facility for the hydrostatic testing. Address: CWO Frank Levitsky CGC SYCAMORE 47 Chandler St. NAVSTA Newport Newport, RI 02841 5.0 GOVERNMENT FURNISHED RESOURCES None. 6.0 CONTRACTOR FURNISHED PROPERTY The Contractor must furnish all facilities, materials, equipment, and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources specified in section 2.0 and 5.0. This includes, but is not limited to: transportation of cylinders, hydrostatic testing services, approved testing facility, replacement cylinders (if needed), all necessary tools, safety equipment, and documentation materials. 7.0 GOVERNMENT ACCEPTANCE PERIOD The EO will inspect deliverables prior to acceptance and provide the contractor with an e-mail that provides documented reasons for non-acceptance. If the deliverable is acceptable, the EO will sign for the service notifying that the deliverable has been accepted. 8.0 DELIVERABLES Documentation for each CO2 cylinder, including serial number, initial condition, and hydrostatic testing result (pass/fail). Certification from the testing facility, verifying compliance with USCG regulations. Documentation of any replacement cylinders used, including manufacturer's specifications and compliance. Verification of proper CO2 system re-arming, including leak testing results. Delivery of all required documentation to the EO and Asset Manager (ENS Marcos Saldarriaga. Phone: (667)419-5729. E-mail: Marcos.A.Saldarriaga@USCG.mil ) upon completion of the work.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/88e3712b5a2143bd98c37194bfedb023/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN07634680-F 20251106/251104230033 (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 |