SOLICITATION NOTICE
J -- CGC CHIPPEWA FIRE PANEL
- Notice Date
- 1/21/2025 9:34:56 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
- 70Z085001989
- Response Due
- 1/30/2025 8:00:00 AM
- Archive Date
- 01/30/2025
- Point of Contact
- BRENDEN COX, Phone: 12068315347, Tyler Melton, Phone: 5104375437
- E-Mail Address
-
BRENDEN.S.COX@USCG.MIL, Tyler.k.melton@uscg.mil
(BRENDEN.S.COX@USCG.MIL, Tyler.k.melton@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- STATEMENT OF WORK (SOW) FOR USCGC CHIPPEWA Renew Fire Alarm Panel and System Components CHIPPEWA has an immediate need for technical support for tasks outlined in this Statement of Work (SOW). 1.0 GENERAL Background The 75� WLR asset, USCGC CHIPPEWA�s current Notifier AFP 200 Fire is obsolete and needs to be upgraded to the Notifier AFP 320 system. Scope The scope of this contract is defined by the efforts and tools required to support USCGC CHIPPEWA (WRL 75404). The Contractor shall provide all labor, materials, and tools necessary to renew all system components outlined below. OBJECTIVE The goal is to upgrade CGC CHIPPEWA�S fire alarm system to the NOTIFIER AFP 320, upgrade/renew all other system components, and restore the system zones to designed configuration. APPLICABLE DOCUMENTS Compliance Documents The following documents provide specifications, standards, or guidelines that must be complied with in order to meet the requirements of this contract: Surface Forces Logistics Center Standard Specification (SFLC Std Spec) 0000, 2022, General Requirements Coast Guard Drawing 75F-WLR -436-001, Fire/Flood Alarm System SPECIFIC REQUIREMENTS/TASKS Unless otherwise stated, this contract applies to on-site support for USCGC CHIPPEWA (WLR 75404) in Buchanan, TN. 2.1 RENEW NOTIFIER FIRE ALARM SYSTEM The Contractor shall perform any inspections or evaluations, as deemed necessary, to determine best path forward prior to commencing work. 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. Interferences. The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Renewal. The Contractor shall renew all components of the existing NOTIFIER AFP 200 with Notifier AFP 320 using the relevant Coast Guard Drawing(s) as guidance. NOTE Although some components may be compatible with both the NOTIFIER AFP 200 and 320 systems; the contractor shall renew all components regardless of condition or compatibility except existing wiring that is deemed satisfactory by the contractor. Removal. The Contractor shall remove all existing components except existing wiring that is adequate for use in the Notifier AFP 320 system and deemed in satisfactory condition by the installing contractor. Disposal. The Contractor shall dispose of all removed materials in accordance with all applicable federal, state, and local regulations. Notifier AFP 320 system components installation. The Contractor shall install Notifier AFP 320 panel with new components compatible with Notifier AFP 320 system in accordance with details in Coast Guard Drawing 75F-WLR -436-001, Fire/Flood Alarm System. Configuration compliance. The Contractor shall return any zone configuration abnormalities back to designed configuration in accordance with Coast Guard Drawing 75F-WLR -436-001, Fire/Flood Alarm System. This may include adding, deleting, or relocating wiring and system components. 2.2 FIRE ALARM SYSTEM TEST The Contractor shall ensure all system components identified in section 2.1 have been renewed by preforming a walkthrough of all spaces with the Engineer Petty Officer (EPO) or the EPO�s designated representative. Test System. The Contractor shall test all sensors and components IAW with industry standards in the presence of the Engineer Petty Officer (EPO) or the EPO�s designated representative. System Certification: The Contractor shall provide applicable NFPA fire alarm certification to the Engineer Petty Officer (EPO) or the EPO�s designated representative. Warranty: The Contractor shall ensure system installation meets OEM specifications and provide OEM standard warranty. System Training. The Contractor shall conduct system operation training with ships force upon completion of successful system testing/certification. CONTRACTOR PERSONNEL 3.1 The Contractor shall provide qualified personnel to perform all requirements specified in this SOW. OTHER APPLICABLE CONDITIONS 4.1 PERIOD of Performance The period of performance for this contract shall start no later than 10 calendar days from the date of award and end no later than 14 days after commencement of work. 4.2 PLACE OF PERFORMANCE The primary place of performance will be at CGC CHIPPEWA at 700 Coast Guard Rd., Buchanan, TN 38222, unless an alternate location is approved by the Coast Guard. 4.3 HOURS OF OPERATION Contractor employees shall generally perform all work between the hours of 0730 and 1600 EST, Monday through Friday (except Federal holidays). However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this SOW. Precise times may be negotiated with the cutter Engineer Petty Officer (EPO) as scheduling is subject to ship�s operations. 4.4 TRAVEL Contractor travel may be required to support this requirement. All travel required by this task shall be provided by the Contractor at no expense to the Government. 5.0 GOVERNMENT FURNISHED RESOURCES None. 6.0 CONTRACTOR FURNISHED PROPERTY The Contractor shall furnish all materials, equipment, and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources specified in Section 5.0. GOVERNMENT ACCEPTANCE PERIOD The EPO will inspect deliverables prior to acceptance and provide the contractor with an e-mail that provides documented reasons for non-acceptance. If the deliverable is acceptable, the EPO will send an e-mail to the Contractor notifying it that the deliverable has been accepted. 8.0 DELIVERABLES The Contractor shall provide a trip report and warranty no later than 7 days after returning to the home office. RDD/POP: 05FEB-19FEB
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1d7809169c744983b9c9d3e0bbd35675/view)
- Place of Performance
- Address: Buchanan, TN 38222, USA
- Zip Code: 38222
- Country: USA
- Zip Code: 38222
- Record
- SN07317953-F 20250123/250121230101 (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 |