USCGC HEALY HONE AND CHROME DCV 23046

Agency:
State: Washington
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Jan 17, 2024
Due: Jan 31, 2024
Publication URL: To access bid details, please log in.
Follow
USCGC HEALY HONE AND CHROME DCV 23046
Active
Contract Opportunity
Notice ID
70Z08524P0002173
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: Jan 17, 2024 08:52 am PST
  • Original Date Offers Due: Jan 31, 2024 08:00 am PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Seattle , WA 98134
    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. Request for Quotations number is 70Z0-8524-P-0002173 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 0800am Pacific Time, Jan 31st, 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:



WORK ITEM 1: Steering System Control Valve Assembly, Repair

1. SCOPE

1.1 Intent. This work item describes the requirements for the Contractor to transport the control valve assembly to and from their shop and to repair scoring on the valve spool and valve housing.

1.2 Government-furnished property.

None

2. REFERENCES

COAST GUARD DRAWINGS

Coast Guard Drawing 420-WAGB 561-501, Rev A, General Arrangement Steering Gear Parts List

Coast Guard Drawing 420-WAGB 561-502, Rev A, General Arrangement Steering Gear

Coast Guard Drawing 420-WAGB 561-503, Rev C, HPU Reservoir Assembly Parts List

Coast Guard Drawing 420-WAGB 561-504, Rev E, Rudder Actuator Assy

Coast Guard Drawing 420-WAGB 561-509, Rev B, Hydraulic Schematic

Coast Guard Drawing 420-WAGB 561-510, Rev A, Control Valve Assembly Pump Unit Pe 2 1/2" & 3"

COAST GUARD PUBLICATIONS

Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements

Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2022, Welding and Allied Processes

Surface Forces Logistics Center Standard Specification 5000 (SFLC Std Spec 5000), 2022, Auxiliary Machine Systems

Coast Guard Technical Publication (TP) 5217, July 2018, S9561-D4-MMC-010 - Steering Gear, Electro-Hydraulic

OTHER REFERENCES

None

3. REQUIREMENTS

3.1 General.

3.1.1 CIR.



None.

3.1.2 Tech Rep

None.

3.1.3. The Contractor must conform to all requirements specified in SFLC Std Spec 0000 and in this item, as applicable, during the performance of this availability.

3.1.4. The period of performance for the contract is 1 February 2024 through 1 March 2024.

3.1.5. All work must be completed at the Contractor’s facility. The COR must be given access to the facility anytime that work is being performed on this part.

3.1.6 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).

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

3.1.6.2 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.

3.1.7 Fluid Disposal. The Contractor must dispose of residual hydraulic fluid and any cleaning fluids in accordance with Federal, State and local laws in addition to SFLC Std Spec 0000.

3.2 Function Test, Initial. Prior to loading the valve into the Contractor’s vehicle, the Contractor must witness Coast Guard personnel manually move the different parts of the control valve. Submit a CFR.

3.3. Transportation. The Contractor must transport the entire control valve to and from the following address:

USCGC HEALY (WAGB 20)

1519 Alaskan Way South

Seattle, WA 98134-1102

3.3.1. The Coast Guard will provide the control valve on a pallet and will forklift it into the Contractor’s vehicle. Contractor must package the control valve and protect it in transit.

3.3.2. The Contractor must provide a date to pick up the control valve within 24 hours of the award. The pickup date must be within the period of performance.

3.3.3. The Contractor must notify the Coast Guard two business days prior to delivering the control valve to the ship. The control valve must be on a pallet and positioned so that a forklift can access it.



NOTE TP 5217 refers to the solenoid valve as the “solenoid operated pilot valve,” “shuttle valve” or the “pilot valve.”

3.4 Shuttle Valve Renewal. The Contractor must renew the solenoid valve, piece 16 of Coast Guard Drawing 420-WAGB-561-510 in accordance with paragraph 5-3.3 of TP 5217. Note that currently installed solenoid valves are of various manufacturers. Renew all solenoid valves with consistent parts from a single manufacturer.

3.5 Valve Spool and Housing Repair. The Contractor must remove the surface defects from the valve spool (Piece 2, CG Dwg 420-WAGB-561-510) and its associated bore in the valve housing (Piece 1, CG Dwg 420-WAGB-561-510), build both sides up to their original diameters and reassemble it. See Figures 1 and 2 for pictures of some of the damaged areas. Assume for bidding purposes that the 0.005 inches of material will need to be removed from the spool and the bore.

3.5.1 The Contractor is responsible for determining the original bore diameter and original spool diameter by measuring un-damaged sections of the parts. Submit a CFR.

3.5.2. The Contractor may choose their method of building up the spool and housing, but the application must be in accordance with a nationally-recognized standard. Examples of nationally-recognized standards would include (but are not limited to) ASME, ASTM or a military standard. Any welding must be done in accordance with SFLC Std Spec 0740

3.5.3 Upon completion of work, the contractor must hydro test the valve in accordance with SFLC Standard Spec 0740. Use 675 psi as the system pressure.

3.5.4. The contractor must create a plan that addresses the following issues and submit it as part of the solicitation.



Method of determining external diameter of the valve spool and the internal diameter of the valve housing



Method of removing the damaged material in the valve spool and valve housing



Method for building up the material to original dimensions and the associated national standard.



Method of machining down the built-up material to meet dimensional and surface requirements

3.6 Function Test, final. Immediately upon unloading the valve, the Contractor must witness Coast Guard personnel manually move the different parts of the control valve. Submit a CFR.


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
  • Jan 17, 2024 08:52 am PSTCombined Synopsis/Solicitation (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...demolition in rooftop penthouse area housing existing pumps/ compressors/ controls. Scope includes... NE, ...

University of Washington

Bid Due: 5/30/2024

...Advertisement for Bids - American Lake Park Waterfront Access Upgrades American Lake Park... ...

City of Lakewood

Bid Due: 6/06/2024

...ramp with concrete walkway, stairs, and handrails. 5. Install exterior lighting and access ...

TRANSPORTATION, DEPARTMENT OF

Bid Due: 5/20/2024

.... Install exterior lighting and access controls as shown on Contract Drawings. 6. ...

TRANSPORTATION, DEPARTMENT OF

Bid Due: 5/20/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.