Washington Bids > Bid Detail

CGC HEALY STEERING SYSTEM FLUSH

Agency:
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Opps ID: NBD00159477487572788
Posted Date: Mar 15, 2024
Due Date: Mar 28, 2024
Source: https://sam.gov/opp/c4f8aaf5c2...
Follow
CGC HEALY STEERING SYSTEM FLUSH
Active
Contract Opportunity
Notice ID
70Z085P240003635
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) VANCOUVER, BRITISH COLUMBIA, CANADA
  • Updated Published Date: Mar 15, 2024 08:57 am PDT
  • Original Published Date: Mar 13, 2024 02:27 pm PDT
  • Updated Date Offers Due: Mar 28, 2024 08:00 am PDT
  • Original Date Offers Due: Mar 28, 2024 08:00 am PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 28, 2024
  • Original Inactive Date: Mar 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Seattle , WA 98134
    USA
Description View Changes

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 70Z085P240003635 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 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. All responses from interested vendors must be received on/before 0800 Pacific Time, March 28th, 2024, and will be reviewed by the Government.





The United States Coast Guard Surface Force Logistics Center has a requirement for the following:



The CTR shall provide technical services and labor to complete flush of the port and starboard steering hydraulic system. The directional control valves also need to be installed on board CGC Healy.





The CTR shall provide the following:





3.1.2. Tech Rep. The Contractor must provide the services of a Qualified Technical Representative who is familiar with the steering hydraulic systems to accomplish the following on site:




  • Advise on manufacturer's proprietary system information.

  • Assist with all of the work in this work item.

  • Ensure compliance with manufacturer's procedures and standards during system disassembly, inspection, and reassembly as applicable.



3.1.2.1. Ensure the Tech Rep has experience with the system/equipment stated above and demonstrated on their résumé.



3.1.2.1. Submit the name and résumé of the Tech Rep to the COR at the Arrival Conference.



3.1.3 Protective measures. The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000.



3.1.3.1 Protection of fine surfaces. The Contractor must protect all fine surfaces in accordance with SFLC Std. Spec 5000.



3.1.3.2 Hydraulic system contamination protection. The Contractor must maintain existing hydraulic cleanliness in accordance with SFLC Std. Spec 5000.





Note



Be aware that plastic bags may be used only when arrangement or configuration prevents the use of the other sealing methods specified above.





3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences).



3.1.5 Fluid Disposal. 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 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.



3.1.6 Rigging. The Contractor is responsible for all rigging with the following considerations:



3.1.6.1 All existing padeyes that will be used for a lift must be pull tested to 1.5 times their Working Load Limit in accordance with SFLC Standard Spec 5000 Paragraph 3.2.7. All testing must occur in the presence of a Coast Guard Inspector.



3.1.6.2. If new padeyes are required, fabricate them in accordance with Coast Guard Drawing FL-1204-3 and SFLC Standard Spec 0740. Newly fabricated padeyes must be pull tested to 2 times their Working Load Limit in accordance with SFLC Standard Spec 5000 Paragraph 3.2.7. All testing must occur in the presence of a Coast Guard Inspector.



3.1.6.3. Upon completion of testing, install a label plate in accordance with SFLC Standard Spec 5000 Paragraph B2.9.



3.1.7. Period of Performance. The period of performance for this work starts on 8 April 2024 and ends on 30 April 2024.



3.1.8. Location. The Contractor must perform the work whole the USCGC Healy (WAGB 20) is alongside the pier at 1519 Alaskan Way South, Seattle, WA 98134-1102. Utilize references in Section 2 to locate the steering gear on board the ship.



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. The steering system will unavailable for an operational test, but any other disturbed equipment must be tested. Submit a CFR.



3.3 System Flush. The Contractor must flush the actuator, the hydraulic power unit, the head tanks and the piping between in accordance with SFLC Std Spec 5000 C2.8 “High Turbulent Flush” for both the port and starboard side of the steering system.



3.3.1. The Contractor must provide the flushing plan referenced in C2.8.1.1 at the arrival conference, and the Tech Rep must sign it to indicate their approval. The flushing plan and any deviation from the flushing plan must be approved by the COR.



3.3.2. Regardless of the proposed flushing techniques, the Contractor must remove the cover (Piece 2, Section 1.5, TP 5217) to expose the rotor (Piece 3, Section 1.5, TP 5217) to facilitate a visual inspection of the rotor area by CG Inspectors following the flush. The Contractor must reinstall the cover upon completion of the visual inspection and renew the disturbed seals in accordance with Section 4 of TP 5217.



3.3.3. The Control Valve will be provided in a clean condition, and it does not need to be included in the flush.



3.3.4. Upon completion of flush, the Contractor must show that the hydraulic fluid meets the contamination guidelines of C2.8.1.2.1 of SFLC Std Spec 5000.



3.3.5. The hydraulic fluid needs to be renewed in its entirety using 3,100 gal of Chevron Rando ISO 68. The Contractor is responsible for providing compatible flushing fluid



3.4 Control Valve Installation. The Contractor must install four Government-provided Control Valve Assemblies (two for port and two for starboard) in accordance with Paragraph 1-2.1.3 and 5-3.4 and Figure 6-6 of TP 5217, including the associated pilot valve and relief valve (also government provided). Renew all seals and o-rings. Particulars for the Control Valve Assembly are shown in Table 1-2 of TP 5217.



3.5 Restore Steering System. Upon completion of the flush and control valve installation, the Contractor must return the steering systems to working order in accordance with Section 2-3 (as applicable) and Section 2-4 of TP 5217 and Section 2.2 and 2.3 of Appendix A, TP 5217.



NOTE



Coast Guard personnel will operate all shipboard machinery and equipment.



3.6 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 their operational condition. Submit a CFR.



3.6.1. Complete the performance checks in Section 4-2 of TP 5217 for both starboard and port steering gears. Submit a CFR.



3.7 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).





Description of Problem:



USCGC Healy experienced return filter collapsing in both the starboard and port side steering system during the transit back to home port. The cutter completed an initial cleaning of the system, but a flush of the port and starboard steering hydraulic system is required. The directional control valves also need to be installed.







Location of work to be performed:



USCGC Healy (WAGB 20) is alongside the pier at 1519 Alaskan Way South, Seattle, WA 98134-1102





Period of Performance:



Services to be performed on 8 April 2024 and ends on 30 April 2024.





Cutter contact will be provided to selected company.





USCGC Healy is moored at above address with restricted access. Access to the cutter is gained by establishing communications with vessel point of contact above.



Questions and quotes shall be emailed to jeramyah.w.george@uscg.mil and brenden.s.cox@uscg.mil Contractors are responsible for verifying receipt of quotes.



INTERESTED VENDORS PLEASE SIGN AN OFFICIAL QUOTE WITH A SAM.GOV REGISTERED DUNS NUMBER AND EMAIL TO jeramyah.w.george@uscg.mil and brenden.s.cox@uscg.mil.


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 >