CGC Confidence LUBE OIL Piping Repair

Agency:
State: Florida
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159733412451034
Posted Date: Feb 16, 2024
Due Date: Feb 26, 2024
Source: Members Only
Follow
CGC Confidence LUBE OIL Piping Repair
Active
Contract Opportunity
Notice ID
52000QR240003011
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 16, 2024 08:58 am EST
  • Original Date Offers Due: Feb 26, 2024 07:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • Recovery and Reinvestment Act
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Cape Canaveral , FL 32920
    USA
Description

CGC CONFIDENCE has a pinhole leak in the NR1 Main Diesel Engine (MDE) lube oil stripping and lube oil spinner return line. The line cannot be isolate from the sump and slowly leaks lube oil. Due to heavy corrosion on piping in the vicinity of the hole, piping needs to be cut out and replaced. Hole in piping is located inboard side of NR1 MDE, approximately 1’ aft of frame 114, and approximately 1’ below the deck plate level.






  1. REFERENCE



Coast Guard Drawings



Coast Guard Drawing 618 WMEC 262-002, Rev E, Diagram Lube Oil System



Coast Guard Publications



Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020, General Requirements



Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2020, Welding and Allied Processes



Other References



ASTM International (ASTM) F683, 2014, Standard Practice for Selection and Application of Thermal Insulation for Piping and Machinery



Manufacturers Standardization Society of the Valve and Fittings Industry (MSS), SP-58, 2018, Pipe Hangers and Supports – Materials, Design, Manufacture, Selection, Application and Installation








  1. REQUIREMENTS





3.1 General. The Contractor must refer to the Coast Guard Drawings listed in Section 2 (References) as guidance in accomplishing this work item.



3.1.1 CIR.



None.



3.1.2 Tech Rep.



Not applicable.



3.1.3 Protective measures. The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, (Vessel component, space, and equipment protection).



3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, (Interferences). Known interferences include, but are not limited to the following:




  • Deck framing

  • Structural framing

  • Piping

  • Residual oil



3.2 Fluid handling. The Contractor must remove and dispose of removed fluids from the affected piping system, in accordance with all applicable Federal, state, and local regulations.















WARNING



Do not drain ANY fluids, including fresh water, into any space, bilge, or exterior location.





3.3 Piping renewal particulars. The Contractor must accomplish the following tasks, as designated by the Coast Guard Inspector and using Coast Guard Drawing 618 WMEC 262-002 as guidance:




  • Contract Marine Chemist and daily transportation to-and-from cutter.

  • Crop and renew 1 1/2” IPS x 0.120” wall thickness steel lube oil piping (MIL-T-20157) to include all necessary fittings. System currently has three threaded fitting which could be used to remove the complete 20’ section of piping. There are two 90-degree elbows and one tee fitting within the area of the hole and heavy corrosion.

  • Furnish and install any necessary gaskets and hardware.



3.3.1 Pipe hangers. Furnish, fit, and install new pipe hangers in accordance with MSS SP-58.



3.4 Testing. After all work has been completed, the Contractor must, in the presence of the Coast Guard Inspector, accomplish the following tasks, and submit a CFR:



3.4.1 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.








  1. 4.0 ADMINISTRATION.







4.1 CONTRACTOR PERSONNEL





4.1.1 Qualified Personnel.



The Contractor shall provide qualified personnel and subject matter experts to perform all required tasks specified in this SOW.





4.1.2 Employee Conduct.



Contractor employees shall present a professional appearance and their conduct shall not reflect discredit upon the U.S. Government, and any involved Departments or Agencies. Contractor employees shall comply with all applicable Government regulations, policies, and procedures (e.g., fire, safety, sanitation, environmental protection, security, “off limits” areas, wearing of parts of military uniforms, and possession of weapons) when visiting or working at Government facilities.





4.1.3 Conflict of Interest.



The Contractor shall not employ any person who is an employee of the U.S. Government if that employment would, or would appear to cause, a conflict of interest. The Contractor shall take appropriate precautions as delineated in the Federal Acquisition Regulation (FAR) to preclude actual or apparent conflicts of interest.





4.2 PERIOD OF PERFORMANCE.



18AMAR2024-22MAR2024





4.3 PLACE OF PERFORMANCE.



USCGC CONFIDENCE



US COAST GUARD STATION PORT CANAVERAL



9235 Grouper Road



Cape Canaveral, FL 32920





NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item.



As stated below, the provision at FAR 52,212-2, Evaluation-Commercial Items-applies with the following addenda:

Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.

1. Please provide any warranty information.

2. Vendors MUST be registered in www.sam.gov

The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.



Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) and Cage Code..





Quotes must be received no later than MONDAY, FEBRUARY 26, 2024 at 07:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Timothy Ford at email address – Timothy.S.Ford@uscg.mil and carbon copy Ducal Hayden at email address Ducal.L.Hayden@uscg.mil.



Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, SKC Ducal Hayden at email address Ducal.L.Hayden@uscg.mil and carbon copy Timothy Ford at email address Timothy.S.Ford@uscg.mil.



The following FAR Clauses and Provisions apply to this acquisition:



FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)



FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.



FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .



FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.



FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)



The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.



FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).



Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.



The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.



FAR 52.222-3 - Convict Labor (Jun 2003)

FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies ((Jan2020) (E.O.13126).

FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)

FAR 52.222-26 - Equal Opportunity (Sep 2016)

FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).

FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).



FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).

FAR 52.222-50 - Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627).





FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

FAR 52.225-1 - Buy American Supplies (Jan2021) (41 U.S.C. chapter 83).

(51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)

FAR 52.233-3 - Protest After Award (Aug 1996)

FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)



*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.



NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:



This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.


Attachments/Links
Contact Information
Contracting Office Address
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 16, 2024 08:58 am ESTCombined Synopsis/Solicitation (Original)

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 >