Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2025 SAM #8629
SOLICITATION NOTICE

J -- USCGC Polar Star Boiler Inspection

Notice Date
7/10/2025 8:24:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08525Q0020189
 
Response Due
7/14/2025 8:00:00 AM
 
Archive Date
07/29/2025
 
Point of Contact
Lindsay Mongiovi, Phone: 5716086752, Tyler Melton, Phone: 5104375437
 
E-Mail Address
lindsay.n.mongiovi@uscg.mil, Tyler.k.melton@uscg.mil
(lindsay.n.mongiovi@uscg.mil, Tyler.k.melton@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
USCGC Polar Star Boiler inspection. POP: 16July-01Aug Please see Attached SOW for images General Requirements 1. SCOPE 1.1 Intent. This standard specification invokes general requirements for conducting vessel repairs performed by commercial contractors for Coast Guard vessels. 2. REFERENCES COAST GUARD DRAWINGS None 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 5550 (SFLC Std Spec 5550), 2022, Fire Prevention and Response OTHER REFERENCES None 3. REQUIREMENTS 3.1 General. 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. The requirement of this WI applies to all work under the scope of this contract, whether explicitly stated in all following work items or not, and to all other work subsequently authorized by changes, modifications, or extensions to the contract. 3.2 Welding and brazing requirements. The Contractor must perform all welding and allied processes, and NDE in accordance with SFLC Std Spec 0740. 3.3 Fire Prevention Specification. The Contractor must submit a Fire Prevention Plan in accordance with paragraph 3.1 of SFLC Standard Spec 5550 3.4 Materials. The Contractor must obtain all the materials required to complete this job except for the Government-furnished Property shown in Paragraph 1.2 of Work Item 1, if any specified. 3.5 Period of Performance. The period of performance for this requirement starts on 16 July 2025 and ends on 1 August 2025. 3.6 Location. The Contractor must perform this work while the USCGC POLAR STAR is in drydock at Mare Island Drydock (MIDD) - 1180 Nimitz Ave, Vallejo, CA, 94592. Contractor must provide Certificate of Insurance and full name of contractors, subcontractors, and technical representatives to the designated USCG representative at least 24 hours prior to arriving on-site. Contractor does not require access to designated restricted and/or controlled access spaces on the ship in execution of this work. 3.7 Release of References. For any listed references to be distributed, the contractor must be registered in the Joint Certification Program (JCP) through Defense Logistics Agency (DLA) and provide your JCP number and expiration date to the listed point of contact (POC) for this work. 3.8 Solicitation Period Site-Visit. The Contractor can perform a ship check during the solicitation period of this requirement. The Contractor must contact the designated points of contact (POC) at least 48 hours prior to requested access for USCG to process. The POC for a site visit is listed in Paragraph 3.10. Access prior to award cannot be guaranteed and depends on the availability of the POCs and the Contractor providing request documentation needed for access. USCG is not responsible for any costs associated with the Contractor�s site visit. 3.9 Documentation for Contractor�s Proposal. The Contractor must include at least the following in their proposal for this requirement: basic information (name, company name, contact details, the date, Unique Entity ID), company overview, past performance (if applicable), technical representative certifications and qualifications, and signature of the authorized person. 3.10 Points of Contact. The USCG Technical POCs for this requirement include but are not limited to the following: 3.10.1 SFLC-LREPL Asset Manager, LT Mike Axelsson, Mikael.J.Axelsson@uscg.mil 3.10.2 SFLC-LREPL Engineer Officer, LT Joshua Herring, Joshua.C.Herring@uscg.mil ITEM 1: #2 Boiler, Open and Inspect 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to investigate a leak in the #2 boiler fire side casing, inspect the rest of the casing for leaks, ensure the pressure-containing components are intact, and provide repair suggestions. See Figure 1 for nameplate information of the boiler. 1.2 Government-furnished property. None. 2. REFERENCES Coast Guard Drawings Coast Guard Drawing 400 WAGB 103-003, Rev AM, Booklet of General Plans (POLAR STAR) Coast Guard Drawing 400 WAGB 5101-7, Rev 1, SDW 350M Marine Auxiliary Boiler Bare Boiler Design Arrangement Coast Guard Publications Coast Guard Technical Publication (TP) 2035, SWBS 517, Section A, Rev -, Auxiliary Boiler Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2022, Requirements for Preservation of Ship Structures Other References Code of Federal Regulations (CFR) Title 46, Part 61.05, 2025, Tests and Inspections of Boilers National Board of Boiler and Pressure Vessel Inspectors (NBBI), NBIC, 2023, National Board Inspection Code 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. None. 3.1.2 Tech Rep. The Contractor must provide the following Technical Representatives. 3.1.2.1 Inspection Tech Rep. The Contractor must provide the services of a National Board of Boiler and Pressure Vessel Inspectors (NBBI) Commissioned Inspector or Pressure Equipment Inspect for Inservice boilers with an �R� endorsement to accomplish the following tasks � on site: Inspect the boiler Inspect any repairs of the boiler 3.1.2.1.1 The Contractor must submit the name of the NBBI inspector and their current credential in their solicitation proposal for this work. 3.1.2.2 Refractory Tech Rep. The Contractor must provide the services of a Qualified Technical Representative who is familiar with boiler refractory and firebox construction to accomplish the following on site: Inspect refractory and other firebox components Recommend repairs 3.1.2.2.1 Ensure the Tech Rep has experience with the equipment stated above and demonstrated on their r�sum�. 3.1.2.2 Submit the name and r�sum� of the Tech Rep to the designated USCG representative in the solicitation proposal for this work. 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) including, but not limited to the following: Insulation Sheathing 3.1.5. Residual Fluids. The Contractor must dispose of residual fluids in compliance with all applicable Federal, state, and local laws, ordinances, regulations and SFLC Standard Specification 0000. Notify the designated USCG representative (in writing) at least 5 days prior to removal of wastes and fluids. Document a complete chain of custody record of the removed contents and generated wastes, from the vessel to the point of destination or delivery. Submit document to the designated USCG representative upon completion of work. note Coast Guard personnel will operate all shipboard machinery and equipment 3.2 Boiler Pressure Testing 3.2.1 Test Plan. The Contractor must include a test plan that complies with the requirements of NBIC Part 2, Paragraph 4.3.1 in the proposal. Submit a CFR documenting any post-award changes to the hydrostatic test plan to the designated USCG representative for approval at least 2 business days prior to the proposed test date. The plan must address the following topics and be signed by all tech reps: Test pressure (Design Working Pressure is 150 PSI) Source and treatment of testing water Location and installation status of all blanks or valves that will hold pressure Air Removal Make, model and arrangement of pressurizing pump Date, time, and duration of hydrostatic test Data to be monitored and recorded during the testing 3.2.2 Execute the pressure test per plan in the presence of a Coast Guard Inspector. Submit a CFR documenting the results of the pressure testing and the associated data called out in the test plan. 3.2.3 The Inspection Tech Rep must be present for the hydro test. 3.2.4 Pressure test must not exceed the test design working pressure. 3.3 Fireside cleaning. The Contractor must disassemble the boiler sufficiently to allow complete access to the fireside for cleaning. The Contractor must mechanically clean the firesides of the boiler. Mechanically clean the surfaces of the tubes and the combustion chamber with a wire brush or other approved alternatives. Remove all debris. Vacuum and dispose of all soot in accordance with General Requirements. Figures 1 and 2 show the known damaged area 3.3.1 Prior to commencing mechanical cleaning, install containments to collect soot and airborne debris and conduct an initial inspection with a Coast Guard inspector to document existing condition. 3.3.2 Wire brush and clean the seating surfaces of all hand hole and manhole plates. 3.4 Inspection. Upon completion of cleaning and in the presence of a Coast Guard Inspector, the Contractor must visually inspect the fireside of the boiler with emphasis on the following items: Indications of broken refractory Soot deposits Pitting, cracking or corrosion on the water pipes. 3.4.1 The Contractor must reassemble the boiler to the as-found condition at the beginning of the contract accordance with all references in Section 2 of this work item. 3.4.1 Mud drum and steam drum gaskets must be renewed. 3.4.2 Disturbed insulation and sheathing must be renewed. 3.4.3 Submit a CFR detailing the damage and other issues found during the inspection, recommend corrective actions, and potential causes for these problems. 3.5 Touch-up preservation, general. The Contractor must prepare and coat all new and disturbed exterior and interior surfaces, as applicable, to match existing adjacent surfaces in accordance with SFLC Std Spec 6310, paragraph 3.1.13 (Touch-ups and minor coating repairs).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/94d0d1e8056c46bb9ec4ca9f3af9caa7/view)
 
Place of Performance
Address: Vallejo, CA 94592, USA
Zip Code: 94592
Country: USA
 
Record
SN07504880-F 20250712/250710230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.