Hawaii Bids > Bid Detail

PILOT HOUSE WINDOW RENEWAL USCGC JUNIPER

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159153182775603
Posted Date: Feb 6, 2024
Due Date: Feb 16, 2024
Source: https://sam.gov/opp/971c08beed...
Follow
PILOT HOUSE WINDOW RENEWAL USCGC JUNIPER
Active
Contract Opportunity
Notice ID
70Z08524P02728
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 06, 2024 11:32 am PST
  • Original Date Offers Due: Feb 16, 2024 08:00 am PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Honolulu , HI 96819
    USA
Description

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. 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.





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



The CTR shall provide:



PILOT HOUSE WINDOW RENEWAL USCGC JUNIPER 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to renew the forward, starboard Pilot House window. 1.2 Government-furnished property. MTI ITEM DESCRIPTION NSN/PN QTY ESTIMATED COST ($/UNIT) Y Window, heated, fixed, 42” x 72”, S.S, ½” heat treated clear ES Marine Type KN-325-F 1 $3,000 ea. 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 225-WLM 601-2, Rev V, Booklet of General Drawings Coast Guard Drawing 225-WLM 625-1, Rev G, Windows and Portlights Coast Guard Drawing 225-WLM 635-1, Rev J, Hull Thermal & Acoustic Insulation Schedule Coast Guard Drawing 225-WLM 631-1, Rev F, Painting Schedule COAST GUARD PUBLICATIONS Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2022, Requirements for Preservation of Ship Structures Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements OTHER REFERENCES NAVSEA Drawing 804-5773931, Rev A, Acoustic & Thermal Insulation For Compartments Installation Details MIL-A-46106, Jun 1992, Adhesive-Sealants, Silicone, Rtv, One-Component MIL-PRF-1149, Jun 1998, Gasket Materials, Synthetic Rubber, 50 and 65 Durometer Hardness The Society for Protective Coatings (SSPC) Surface Preparation Specification No.3 (SSPC-SP 3), 2018, Power Tool Cleaning Code of Federal Regulations (CFR) Title 29, Part 1915, Jul 2008, Occupational Safety and Health Standards for Shipyard Employment 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. The Contractor shall submit a CIR for the inspections listed in the following paragraph(s): • 3.5 Acceptance Testing. 3.1.2 Technical Representative. Not applicable. 3.1.3 Protective measures. The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces in the vicinity of the work area against contamination during the performance of work. Upon completion of work, the Contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness. 3.1.4 Interferences. The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the belowlisted: • Insulation. • Wiper and heater assembly. • Bridge equipment. • Cableways. 3.1.5 Staging. The Contractor shall, in accordance with 29 CFR 1915, Subpart E (Scaffolds, Ladders and Other Working Surfaces), erect suitable staging or scaffolding on the buoy deck, forward, starboard-side of the Pilot House, to facilitate Pilot House window renewal. 3.1.5.1 Complete erection of the staging no later than 2 days after the start of the availability. 3.1.5.2 When erecting the staging, place substantial wooden pads where each part of the staging contacts the vessel's decks, in order to distribute the weight of the staging over at least a 4 square foot area, and to protect the deck. 3.1.5.3 Disassemble and remove the staging, upon completion of work, or when designated by the Coast Guard Inspector. 3.2 Work Location. The concerned work area is the Pilot House (03-56-0-C). See the Coast Guard Drawings above, for guidance and details. 3.3 Renew particulars. The Contractor shall renew Window no. 12 (starboard) in accordance with Coast Guard Drawings 225-WLM 625-1 and SFLC Std Spec 0000. 3.3.1 Window inspection. Remove and scrap framing, and all seals and fasteners. Dispose of all scrapped components in accordance with all local, state, and federal laws and regulations. 3.3.1.1 Prepare all disturbed areas around the window opening in accordance with SSPC-SP 3. Feather the surrounding surfaces to obtain a 3-inch wide smoothly tapered boundary from the existing paint to the prepared surface. 3.3.1.2 In the presence of the Coast Guard Inspector, inspect window framing and plating around each opening for corrosion and deterioration. Submit a Condition Found Report to the Coast Guard Inspector if additional repairs are required. 3.3.1.3 Provide a written report of all nondestructive test findings to the Coast Guard Inspector. 3.3.2 Touch-up preservation. Prepare and coat all new and disturbed exterior and interior surfaces to match existing adjacent surfaces, in accordance with SFLC Std Spec 6310, Appendix A (Cutter and Boat Exterior Painting Systems) and Appendix B (Cutter and Boat Interior Painting Systems), respectively, and as applicable. 3.3.3 Window Installation. Install a new Government-Furnished window and new framing at the previous location, see Coast Guard Drawing 225-WLM 625-1 for guidance and details. 3.3.3.1 The new window assembly contains new framing, ensure holes match existing holes. Submit a Condition Found Report to the Coast Guard Inspector if the holes do not match. 3.3.3.2 The Contractor shall install the windows with a new gasket, new stainless steel mounting hardware, Type 316 and sealing compound in accordance with MIL-A-46106. Gasket material shall be synthetic rubber sheet per MIL-PRF-1149. 3.4 Insulation. Furnish and install new bulkhead insulation in accordance with Coast Guard Drawing 225-WLM 635-1. Coat newly installed insulation in accordance with NAVSEA Drawing 804-5773931. 3.5 Acceptance Testing. All acceptance tests shall be performed in the presence of the Coast Guard Inspector. Provide a written report to the Coast Guard Inspector of all test results within one week of test completion. 3.5.1 Water Hose Test. The water hose nozzle shall be no less than ½ inch in diameter and the pressure at the nozzle shall be at least 50 psig. 3.5.2 Prior to testing, conduct a survey to assure that appropriate steps and precautions have been taken to prevent damage caused by spillage or spray of fluids on ship’s components and equipment adjacent to the test area. The ship’s command duty officer shall be notified of the test and shall also be informed of any personnel accesses or equipment that will be secured during testing. The nozzle man shall be in direct communication with test personnel on the opposite side of the structure under test. Test personnel shall be prepared to contain any fluid leakage that may occur. 3.5.3 Hold the nozzle within 10 feet of the structure under test and direct the water stream in the manner most likely to reveal leakage. 3.5.4 The acceptance criteria for the water hose test shall be no evidence of water on the opposite side of the tested structure. 3.5.5 The ship’s command duty officer shall be notified immediately at the conclusion of water hose testing. Ensure that all personnel accesses and equipment secured for testing are returned to the pre-test condition, unless otherwise directed by the duty officer. The Contractor personnel shall not operate ship’s machinery. 4. NOTES This section is not applicable to this work item





RDD/POP: 26 February – 6 March 2024



Deliver to:



ATTN to: CWO3 Robert Ozment (808) 842-2865



400 Sand Island Parkway



Honolulu, HI 96819


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
  • Feb 06, 2024 11:32 am PSTCombined 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 >