Oregon Bids > Bid Detail

CGC ALERT Fuel Tank Cleaning

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159329218304544
Posted Date: Feb 29, 2024
Due Date: Mar 7, 2024
Source: https://sam.gov/opp/15587372b3...
Follow
CGC ALERT Fuel Tank Cleaning
Active
Contract Opportunity
Notice ID
52000QR240003143
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 29, 2024 11:16 am EST
  • Original Date Offers Due: Mar 07, 2024 09:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 22, 2024
  • Initiative:
    • Recovery and Reinvestment Act
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:
    • 562219 - Other Nonhazardous Waste Treatment and Disposal
  • Place of Performance:
    Warrenton , OR 97146
    USA
Description

1.1 Intent. This work item describes the requirements for the Contractor to clean and inspect the following tank(s):





TYPE OF TANK



LOCATION



CAPACITY - 95%

(gallons)



LOW SUCTION (gallons)



Diesel Fuel Storage



4-62-0-F



5777



192



Diesel Fuel Storage



4-72-3-F



5567



195



Diesel Fuel Storage



4-72-4-F



5603



61





1.2 Government-furnished property.



None.



2. REFERENCES



Coast Guard Drawings



Coast Guard Drawing 627 WMEC 123-002, Rev C, New Double Bottoms Fuel Tank Structure Details



Coast Guard Drawing 627 WMEC 123-003, Rev B, Lube Oil, Dirty Oil, & Diesel Oil Overflow Tanks Structural Details



Coast Guard Drawing 627 WMEC 261-001, Rev C, Diagram Fuel Oil System



Coast Guard Drawing 627 WMEC 261-002, Rev E, Arrangement of Fuel Oil System



Coast Guard Publications



Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2014, General Requirements



Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2014, Welding and Allied Processes



Other References



Federal Specification (Fed Spec) QQ-N-281, Oct 1985, Nickel-Copper Alloy Bar, Rod, Plate, Sheet, Strip, Wire, Forgings, and Structural and Special Shaped Sections



Society of Automotive Engineers (SAE) Aerospace Material Specification (AMS) C6183, 2007, Cork and Rubber Composition Sheet; For Aromatic Fuel And Oil Resistant Gaskets



3. REQUIREMENTS



3.1 General.



3.1.1 CIR.



None.



3.1.2 Tech Rep.



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 near 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 below-listed:




  • Fuel

  • Piping

  • Tank access cover

  • Racks



3.1.4.1 Remove up to a total of 5,000 gallons of diesel fuel. Document a complete chain of custody record of the removed tank contents from the vessel to the point of destination or delivery. Submit document to the COR upon completion of work.



3.1.4.2 Dispose of removed fluids in accordance with all applicable Federal, state, and local regulations.



3.1.4.3 Provide the following to support Coast Guard personnel to refuel equipment:




  • boom around cutter

  • tagout crane way equipment

  • Oil transfer supervisor.



NOTE



Vessel may come in with less tank fluid contents than specified above.





NOTE



Initial and post repair operational tests apply only to tanks that possess TLIs.



NOTE



Coast Guard personnel will operate all shipboard machinery and equipment.



3.1.5 Operational test - initial. Prior to commencement of work, the Contractor shall witness Coast Guard personnel test TLIs for tanks listed in paragraph 1.1 (Intent) to demonstrate existing operational condition. Submit a CFR.



3.1.6 Plug log. The Contractor shall keep a written record of all plugs put in any tank vents. A separate list shall be kept for each tank being entered.



3.1.6.1 Ensure that all plugs are removed from each tank upon completion of work in the tank.



3.1.6.2 The plug log shall be available to the Coast Guard Inspector when the inspector is performing his close-out inspection on each tank.



3.2 Cleaning requirements. The Contractor shall refer to Coast Guard drawings 627 WMEC 627 WMEC 123-002, 627 WMEC 123-003, 627 WMEC 261-001 and 627 WMEC 261-002 for guidance. The Contractor shall remove tank cover(s) and clean tank interior surfaces free of all foreign materials, such as residual fuel or water, sediment, sludge, rust, or biological growth, taking care not to damage the coating system (if applicable). Remove cleaning media and residues continuously during the washing process. Remove any residual wash media; and wipe up residual moisture with clean lint-free cloths.



3.3 Tank content and waste disposal. The Contractor shall dispose of residual tank contents and any cleaning fluids in compliance with all applicable Federal, state, and local laws, ordinances, and regulations. Document a complete chain of custody record of the removed tank contents and generated wastes, from the vessel to the point of destination or delivery. Submit document to the COR upon completion of work.



3.5 Tank closing. The Contractor shall ensure that the tank(s) remain open for at least 24 hours after completion of any KO-authorized repair and preservation procedures. Notify the COR at least 24 hours prior to closing the tank(s). After satisfactory inspection by the Coast Guard Inspector and completion of all authorized repairs, close tank manhole cover(s) with new gasket material conforming to AMS-C-6183. Chase threads on studs to ensure even installation of the access covers. Renew any damaged nuts.



3.5.1 The Contractor shall renew up to 10% of missing or damaged nuts and washers.



3.6 Operational test – post repairs. After completion of work, the Contractor shall witness Coast Guard personnel test all designated tank TLIs and vent check valves to prove satisfactory operating condition. Submit a CFR.



NOTE



Coast Guard personnel will operate all shipboard machinery and equipment.





4. NOTES



4.1. Coast Guard personnel. Coast Guard personnel will operate all shipboard machinery and equipment.



4.2 Tank content removal. The Ship’s force will pump down the tanks to the maximum extent possible with the installed pumping system.



4.3 Tank inspection. The Coast Guard Inspector will visually inspect the tank interior immediately prior to closing.



4.4 Tank content restoration. The Ship’s force will procure new fluids and refill all tanks at the appropriate time. This section is not applicable to this work item.



5. PERIOD OF PERFORMANCE



5.1. Period of Performance. 11 MARCH – 14 APRIL 2024. Contractor shall coordinate with Cutter EO and Asset Manager to narrow down exact window.



5.2 Cutter Location. Cutter will be located at homeport. 2185 SE 12th Place Warrenton, OR 97146





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 Thursday, MARCH 07, 2024 at 09:00 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 29, 2024 11:16 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 >