California Bids > Bid Detail

USCGC Stratton Alameda, CA Renew Vaneaxail Fan Assembly

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Opps ID: NBD00159615282413923
Posted Date: Mar 17, 2023
Due Date: Mar 27, 2023
Solicitation No: 70Z08523P18523
Source: https://sam.gov/opp/2df9b9bdb1...
Follow
USCGC Stratton Alameda, CA Renew Vaneaxail Fan Assembly
Active
Contract Opportunity
Notice ID
70Z08523P18523
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 17, 2023 01:55 pm PDT
  • Original Date Offers Due: Mar 27, 2023 08:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Alameda , CA 94501
    USA
Description

This is a combined synopsis/solicitation for commercial items 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 70Z08523P18523 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.





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



USCGC STRATTON



DESCRIPTION:





Primary: 27 Mar 2023 – 01 Apr 2023





1st Alternate: 29 Mar 2023 – 03 Apr 2023





2nd Alternate: 31 Mar 2023 – 5 Apr 2023



TABLE 1 – vaneaxail fan



SYSTEM / FAN NUMBER



model number



fan / motor control loaction



approx dimension / WEIGHT



coast guard DRAWING



SS-64 / 02-48-1



XA20A4W5



02-46-1-Q / 2-44-0-L



38.875 Inches X 36 Inch Dia / 1250 Lbs.



750-WSML-512-049



1.2 Government-furnished property.





MTI



ITEM DESCRIPTION



NSN/PN



QTY



ESTIMATED COST ($/UNIT)



Y



Fan Vaneaxial, 20 / 6 HP, 1800/1200 RPM, 440 Volt / 3 Phase 60 Hz



016035356 /



XA20A4W5



1 ea.



45,000.00









SHIPPED TO:





USCGC CYPRESS



211 SOUTH AVE, BLDG 38, SUITE C



PENSACOLA, FL 32508 US







1. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of FAR clauses may be accessed electronically at this address: http://www.arnet.gov/far/index.html.

FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (May 2011)

FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jul 2013)

FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating

FAR 52.217-5 Evaluation of Options (JUL 1990)

FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997)

FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995)

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

FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003)

HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest



2.FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offerors Representations and Certification--Commercial Items (DEC 2012)" and Alt 1 included with their quotation (the provision is attached), or be registered with Online Reps and Certs, https://www.SAM.gov.



3. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: Past Performance, Price. Offerors shall submit at least 3 relevant past performance references for contracts with private industry or government instrumentalities (federal, state, or local) performed within the last 3 years. References shall include: 1. Name & contact information of the point of contract (PM/COR), 2. Name of Organization, 3. A brief description of service, 4. Contract Number/Task Order 5. Status (Prime or Sub). The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant.

The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate offers and make award to the lowest priced technically acceptable offer that is responsive to the terms of this solicitation.



4. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2012) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far.



5. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015)



The following addendum applies: Address for submission of invoices is



USCG FINANCE CENTER

COMMERCIAL INVOICES

PO BOX 4115

CHESAPEAKE, VA 23327-4115





6. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (March 2016)

The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:



52.222-3, Convict Labor (June 2003) (E.O. 11755).

52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126).

52.222-21, Prohibition of Segregated Facilities (Feb 1999).

52.222-26, Equal Opportunity (Apr 2016) (E.O. 11246).

52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).

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).

52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) (31 U.S.C. 3332).





7. HSAR Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012)

The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference:

(a) Provisions

3052.209-72 Organizational Conflicts of Interest

3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protégé Program

(b) Clauses.

3052.203-70 Instructions for Contractor Disclosure of Violations

3052.204-70 Security Requirements for Unclassified Information Technology Resources

3052.204-71 Contractor Employee Access __Alternate I (Sept 2012)

3052.205-70 Advertisement, Publicizing Awards, and Releases (SEPT 2012)

3052.209-73 Limitation on Future Contracting (DEC 2003)

3052.215-70 Key Personnel or Facilities (JUN 2003)

3052.217-91 Performance (USCG) (DEC 2003)



3052.217-92 Inspection and manner of Doing Work (DEC 2003)

3052.217-93 Subcontracts. (USCG) (DEC 2003)



3052.217-94 Lay Days (DEC 2003)

3052.217-95 Liability and Insurance (USCG) (DEC 2003)

3052.217-96 Title (USCG) (DEC 2003)

3052.217-97 Discharge of Liens (USCG) (DEC 2003)

3052.217-98 Delays (USCG) (DEC 2003)

3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (USCG) (DEC 2003)

3052.217-100 Guarantee (USCG) - guarantee period is 60 days after completion of all work or sea trials (if any) (DEC 2003)

3052.219-70 Small Business Subcontracting Plan Reporting



3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003)



3052.222-71 Strikes or Picketing Affecting Access to a DHAS Facility (DEC 2003)



3052.223-90 Accident and Fire Reporting (DEC 2003)

3052.228-70 Insurance (DEC 2003)

3052.242-72 Contracting Officer's Technical Representative (DEC 2003)

3052.247-72 F.O.B Destination Only

The full text of HSAR clauses above may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf





8. REQUIRED INSURANCE





The Contractor shall, at its own expense, procure and maintain the following kinds of insurance with respect to performance under the contract. In accordance with HSAR 3052.228-70, Insurance (DEC 2003), the Contractor shall furnish the Contracting Officer with proof of insurance for the duration of the contract, including:





1. Ship Repairer's Liability - $500,000 per occurrence.



2. Comprehensive General Liability - $500,000 per occurrence.



3. Full insurance coverage in accordance with the United States’ Longshoremen's and Harbor Worker's Act.



4. Full insurance coverage in accordance with the State's Workmen's Compensation Law (or its equivalent) for all places of performance under this contract.





The insurance certificate must provide the name of the US Coast Guard vessel and the contract and/or solicitation number as specifically insured.





9. Questions and quotes shall be emailed to WILLIAM.A.SWORDJR@USCG.MIL. Contractors are responsible for verifying receipt of quotes.



INTERESTED VENDORS PLEASE SIGN 1449 ACCOMPANIED BY OFFICIAL QUOTE WITH A SAM.GOV REGISTERED DUNS NUMBER AND EMAIL TO WILLIAM.A.SWORDJR@USCG.MIL.



S23_XXX_51200_JSP_0323_752




  1. ITEM 1: Vaneaxial Fan Assembly, Renew



1. SCOPE



1.1 Intent. This work item describes the requirements for the Contractor to renew Vaneaxial Fan Assembly listed in Table 1 with GFP.



TABLE 1 – vaneaxail fan



SYSTEM / FAN NUMBER



model number



fan / motor control loaction



approx dimension / WEIGHT



coast guard DRAWING



SS-64 / 02-48-1



XA20A4W5



02-46-1-Q / 2-44-0-L



38.875 Inches X 36 Inch Dia / 1250 Lbs.



750-WSML-512-049



1.2 Government-furnished property.





MTI



ITEM DESCRIPTION



NSN/PN



QTY



ESTIMATED COST ($/UNIT)



Y



Fan Vaneaxial, 20 / 6 HP, 1800/1200 RPM, 440 Volt / 3 Phase 60 Hz



016035356 /



XA20A4W5



1 ea.



45,000.00



2. REFERENCES



Coast Guard Drawings



Coast Guard Drawing 418A-WMSL-100-001, Rev B, General Arrangements



Coast Guard Drawing 418A-WMSL-801-001, Rev A, Booklet of General Plans



Coast Guard Drawing 750-WMSL-180-042, Rev A, FDN ARR DWG Design Unit 4320 BKLT NO. 1 (ASC180432) (UNSIGNED)



Coast Guard Drawing 750-WMSL-320-040, Rev E, Electrical One Line Diagram (NSC-3 SRD)



Coast Guard Drawing 750-WMSL-512-001, Rev E, HVAC System Diagram



Coast Guard Drawing 750-WMSL-512-004, Rev A, Vent and Air Conditioning Standard Instruction (ASC512007)



Coast Guard Drawing 750-WMSL-512-049, Rev C, Vent Air Stack Unit 4320 (ASC512432) (UNSIGNED)



Coast Guard Drawing 750-WMSL-512-059, Rev A, HVAC Equipment List (ASC512004)



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



Surface Forces Logistics Center Standard Specification 3020 (SFLC Std Spec 3020), 2020, Overhaul Electric Motors



Surface Forces Logistics Center Standard Specification 3101 (SFLC Std Spec 3101), 2020, Overhaul AC Synchronous Machines



Surface Forces Logistics Center Standard Specification 3041 (SFLC Std Spec 3041), 2020, Shipboard Electrical Cable Test



Surface Forces Logistics Center Standard Specification 3042 (SFLC Std Spec 3042), 2020, Shipboard Electrical Cable Removal, Relocation, Splice, Repair, and Installation



Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2020, Requirements for Preservation of Ship Structures



Coast Guard Technical Publication (TP) 7148, 24-AUG-07, Standard XA Vaneaxail Fan



Other References



Code of Federal Regulations (CFR) Title 29, Part 1915, Subpart E, Sep 2015, Scaffolds, Ladders and Other Working Surfaces



International Standard Organization (ISO) 2953, 1999, Mechanical Vibration, Balancing Machines, Description and Evaluation



3. REQUIREMENTS



3.1 General.



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, paragraph 3.3.3 (Vessel component, space, and equipment protection).



3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the following:




  • Electrical wiring

  • Piping

  • Ventilation Duct Work

  • Overhead Lights

  • Van Axial Fan Assembly Foundation



3.1.5 Electrical requirements. The Contractor must accomplish all electrical work in accordance with SFLC Std Spec 3042, and test cables in accordance with SFLC Std Spec 3041.



3.1.6 Work locations. The concerned work area is listed in Table 1. See Coast Guard Drawings and Tech Pub in Section 2 above for guidance, locations, and details.



3.1.7 Scaffolding. The Contractor shall, in accordance with CFR Title 29, Part 1915, Subpart E, erect suitable staging or scaffolding, as required, to facilitate work. The Contractor must provide hoists to remove and re-install the vaneaxial fan assembly in Table 1.



3.1.8 Rigging. The Contractor is responsible for rigging of all and necessary tools, materials, including GFP form and to the pier as well as from and to work compartment. When necessary, the Contractor must provide crane service to move materials, tools and GFE to and from pier, deck and work compartment.



NOTE



Coast Guard personnel will operate all shipboard machinery and equipment.



3.1.9 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. Submit a CFR.



3.2 Vaneaxial fan assembly renew. The Contractor must renew vaneaxial fan listed in the Table 1 with GFP in accordance Coast Guard Drawing 750-WMSL-512-049 and with TP 7148.



3.2.1 The Contractor must disconnect electric cables to vaneaxail fan assembly in accordance with the SFLC Std Spec 3042. Pull back cables and temporarily insulate cable ends for safety. Record wiring information for later re-connection and submit a CFR.



3.2.2 The Contractor must remove vaneaxial fan assembly from ventilation duct for renewal with GFP in accordance with Tech Pub 7148 and Coast Guard Drawing 750-WMSL-512-049. The Contractor must temporary support ventilation duct on each side of removed vaneaxial fan assembly. The Contractor must inspect vibration mount of vaneaxial fan assembly and submit a CFR.



3.2.3 The Contractor must vacuum clean each side of ventilation duct work to a distance of three feet on either side of the vaneaxial fan assembly installation.



3.2.4 The Contractor must fabricate new flexible duct assembly in accordance with Coast Guard Drawing 750-WMSL-512-004.



3.2.5 The Contractor must install GFP vaneaxial fan assembly in accordance Coast Guard Drawing 750-WMSL-512-049 and with TP 7148. All ventilation ductwork must be original configuration as shown on Coast Guard Drawing reference Para 2.



3.2.6 The Contractor must re-connect cables to electric motor with previously recorded information in accordance with SFLC std Spec 3042. The Contractor must test cables in accordance with SFLC Std Spec 3041 and submit CFR.



3.3 Verification. Prior to re-energization, a final closeout inspection must be performed in the presence of the Coast Guard Inspector. The contractor must submit a signed completed copy of the inspection checklist to the Coast Guard Inspector for affected by the work. The checklist must contain, at a minimum, the following attributes:




  • Verification that each disturbed electrical connection is tight and properly terminated..

  • Certification that all rerouted wiring is properly labeled and that all new/rerouted cables are properly marked.

  • Perform a phase rotation test on each disturbed circuit. Correct any improperly phased wiring and repeat the test.

  • No loose hardware and Nothing lose in the duct work

  • Before energization, Impeller rotates freely

  • Submit a CFR.



NOTE



Coast Guard personnel will operate all shipboard machinery and equipment.



3.4 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.



3.4.1 Verify the motor runs quietly for an hour and without excessive vibration.



3.4.2 Verify direction of air flow.



3.5 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, paragraph 3.1.13 (Touch-ups and minor coating repairs).



4. NOTES



This section is not applicable to this work item.


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
  • Mar 17, 2023 01:55 pm PDTCombined 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 >