SOLICITATION NOTICE
20 -- SLEDGE UNDERWATER HULL REPAIR
- Notice Date
- 2/26/2025 8:41:29 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
- 70Z085Q250011354
- Response Due
- 2/28/2025 5:00:00 AM
- Archive Date
- 02/28/2025
- Point of Contact
- DONNA O'NEAL, Phone: 5103931145, GEORGE, JERAMYAH, Phone: 5104375436
- E-Mail Address
-
Donna.J.O'Neal@uscg.mil, JERAMYAH.W.GEORGE@USCG.MIL
(Donna.J.O'Neal@uscg.mil, JERAMYAH.W.GEORGE@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS WILL BE AWARDED UNDER LOWEST PRICE TECHNICALLY ACCEPTABLE AND PAST PREFORMANCE. STATEMENT OF WORK (SOW) FOR USCGC SLEDGE (WLIC-75) UNDERWATER HULL REPAIR CGC SLEDGE has water intrusion through the hull below the forward potable water tank and requires repair for the tasks outlined in this SOW. 1.0 GENERAL 1.1 BACKGROUND During routine rounds, approximately one inch of water was observed in the bilge beneath the forward potable water tank. After pumping out the accumulated water, it was noted that water was seeping back through the hull at an estimated rate of one quart per hour. The affected area exhibits significant corrosion and requires immediate repair or replacement. ScOPE The scope of this contract is defined by the efforts and tools required to support CGC SLEDGE. The Contractor shall provide all labor, materials, and tools necessary to make repairs. OBJECTIVE The objective is to inspect and effect repairs or to replace section/sections of the hull plating that has significant corrosion as to improve and return CGC SLEDGE to recommended working, safe condition. APPLICABLE DOCUMENTS Coast Guard Drawings Coast Guard Drawing 75-WLIC_116_3, Rev B, Hull Framing Plan. 1.4.2 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 6310 (SFLC Std Spec 6310), 2022, Preserve Ship Structures. Other References The Society for Protective Coatings (SSPC) Surface Preparation Specification No.11 (SSPC-SP 11), 2012, Power Tool Cleaning. American Welding Society (AWS) D1.1 Structural Welding Code, 1999, Section 5,26 Repair. MIL-PRF-900, Mar 1991, Rubber Gasket Material, 45 Durometer Hardness. 2.0 SPECIFIC REQUIREMENTS/TASKS Unless otherwise stated, this contract applies to on-site support for CGC SLEDGE in Baltimore, MD. 2.1 UNDERWATER HULL PLATING The Contractor shall perform any inspections or evaluations, as deemed necessary, to determine best path forward prior to commencing work. The Contractor shall provide Marine Chemist for approved hot work. The Contractor shall provide testing of lead and provide results. The Contractor shall provide approved lead abatement to working area if required. The Contractor shall use, monitor, and adhere to Safe Work Practices the entire duration of the job. The Contractor shall inspect and make repairs or replace hull plating. The Contractor shall preform any required test to repairs, as deemed necessary. 2.2 TEST THOROUGHLY AND DOCUMENT The Contractor shall ensure the underwater hull plating is fully functional by performing a system operational test to be witnessed by CGC SLEDGE Engineering Petty Officer (EPO) or the EPO�s designated representative. 2.2.1 The Contractor shall provide a trip report documenting all findings no later than 48 hours after returning to the home office. 3.0 CONTRACTOR PERSONNEL 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 not exceed 14 calendar days from the date of award. 4.2 PLACE OF PERFORMANCE The primary place of performance will be at the location awarded, CGC SLEDGE, 2401 Hawkins Point Rd. Baltimore, MD 21226 unless an alternate location is approved by the U.S. Coast Guard. Access to this location/installation will be coordinated with the CGC SLEDGE EPO. 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 CGC SLEDGE EPO with scheduling being subject to CGC SLEDGE operations. 4.4 DAILY PROGESS MEETING The Contractor shall hold a daily progress meeting with the CGC SLEDGE EPO and/or Commanding Officer. This meeting shall include a summary of all Contractor work performed, an assessment of technical progress, schedule status, and discuss any hazardous work conditions or necessary precautions CGC SLEDGE personnel need to be made aware of prior to continuing work. 4.5 GENERAL REPORT REQUIREMENTS The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with DHS workstations (Windows and Microsoft Office Applications). 5.0 GOVERNMENT FURNISHED RESOURCES Not Applicable 6.0 CONTRACTOR FURNISHED PROPERTY The Contractor shall furnish all materials, equipment, and services necessary to fulfill the requirements of this contract, except for any Government Furnished Resources specified in Section 5.0. GOVERNMENT ACCEPTANCE PERIOD The CGC SLEDGE 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 CGC SLEDGE 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 IAW Section 2.2.1 of this SOW.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cc4cec5cf75e47a6bc466e695766c5f5/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN07354473-F 20250228/250226230040 (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 |