Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2026 SAM #8893
SOLICITATION NOTICE

J -- Fix fire suppression system

Notice Date
3/31/2026 9:41:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
52000PR260023935
 
Response Due
4/7/2026 5:00:00 AM
 
Archive Date
04/22/2026
 
Point of Contact
Joshua Richardson
 
E-Mail Address
joshua.c.richardson2@uscg.mil
(joshua.c.richardson2@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation for Commercial Services Solicitation Number: 52000PR260023935 (Request For Quote - RFQ) This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Agency: U.S. Coast Guard, Surface Forces Logistics Center (SFLC) Contract Type: Firm Fixed Price Purchase Order Set-Aside Information: This solicitation is a Total Small Business Set-Aside. Evaluation Criteria: Quotes will be evaluated based on the following factors: Technical Capability: The offeror�s ability to perform the services described in the Performance Work Statement. Past Performance: The offeror�s record of relevant and recent past performance. Price: Fair and reasonable pricing. Point of Contact for Questions: For any questions regarding this solicitation, please contact: Contracting Officer: Joshua Richardson Email: Joshua.C.Richardson2@uscg.mil Submission of Quotes: Quotes must be submitted via email to Joshua.C.Richardson2@uscg.mil. The subject line of the email should include the solicitation number: 52000PR260023935. All quotes are due by 07APR2026. Technical questions: must be submitted via email to Mitchell.T.Sabo@uscg.mil . The subject line of the email should include the solicitation number: 52000PR260023935. Performance Work Statement (PWS) 1. Background The CO2 fixed fire suppression system aboard MLB 47232 was recently discharged in the engine room, rendering the asset non-operational. To restore the vessel's mission capability, the system requires a full recharge and recertification. 2. Scope of Work The Contractor shall provide all necessary personnel, labor, materials, equipment, transportation, and supervision to perform a complete recharge and certification of the CO2 fire suppression system aboard the 47' MLB, Hull Number 47232. All costs associated with travel to and from the place of performance shall be included in the contractor's proposal. The work must be performed in accordance with all manufacturer specifications and regulatory requirements. 3. Contractor Responsibilities 3.1 Compliance: Adhere to all applicable U.S. Coast Guard policies, manufacturer's technical manuals, and federal safety and environmental regulations. 3.2 Personnel Qualifications: All work shall be performed by technicians certified for servicing this type of fire suppression system. 3.3 OEM Parts: Utilize Original Equipment Manufacturer (OEM) parts for all replacements. Any proposed deviation must be submitted in writing and approved by the USCG POC prior to use. 4. Specific Tasks Work Item 1: System Inspection and Preparation Visually inspect all components of the CO2 system, including bottles, hoses, nozzles, and activation mechanisms, for any signs of damage or wear. Safely remove both 25lb CO2 cylinders from the vessel for servicing. Work Item 2: Hydrostatic Testing Perform a DOT-compliant hydrostatic test on both CO2 cylinders. The new test date shall be stamped on each cylinder as required by regulation. Cylinders that fail the hydrostatic test shall be reported to the USCG POC immediately. Work Item 3: Cylinder Recharge and Reinstallation Recharge both cylinders to the manufacturer's specified weight and pressure. Replace any seals or washers as required by the service manual. Securely reinstall the recharged and certified cylinders aboard the vessel. Reconnect all system components and verify the integrity of all connections. 5. Condition Found Report (CFR) Requirement If additional discrepancies, deficiencies, or required repairs are identified that are outside this PWS, the contractor shall immediately notify the Unit POC and submit a written Condition Found Report (CFR) detailing the discrepancy, recommended corrective action, cost estimate, and schedule impact. No additional work shall be performed without written authorization from the Government. 6. Deliverables Upon completion of services, the contractor shall provide the following: Itemized invoice Detailed service report Copy of DOT-compliant hydrostatic test certificate for each cylinder 7. Place and Period of Performance Place of Performance: U.S. Coast Guard Station Neah Bay, 31 Coast Guard Dr, Neah Bay, WA 98357 Period of Performance: All work to be completed within 5 business days of contract award. Work shall be performed Monday through Friday between the hours of 7:00 AM to 1:00 PM, unless otherwise coordinated with the Unit Point of Contact. Unit Point of Contact: MKC Nick Wall, 208-304-0771 8. Testing & Acceptance The contractor shall conduct operational testing upon completion and demonstrate proper system functionality to a USCG representative. Work will be considered complete and accepted upon successful demonstration and receipt of all deliverables. Invoicing It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov. FAR Clauses This order is subject to but is not limited to the following Federal Acquisition Regulations: 52.204-24, 52.204-26, 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.204-23, 52.204-25, 52.222-41, 52.222-42, 52.222-43, 52.237-2.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9c33d257ea01426a8256839d5a71d527/view)
 
Place of Performance
Address: Neah Bay, WA 98357, USA
Zip Code: 98357
Country: USA
 
Record
SN07763054-F 20260402/260331230042 (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!  © 1994-2026, Loren Data Corp.