SOLICITATION NOTICE
J -- USCGC Alex Haley MRG Coolers Repair
- Notice Date
- 3/8/2026 5:29:43 PM
- 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
- 70Z08526Q0023411
- Response Due
- 3/12/2026 8:00:00 AM
- Archive Date
- 03/27/2026
- Point of Contact
- Lindsay Mongiovi, Phone: 5716086752
- E-Mail Address
-
lindsay.n.mongiovi@uscg.mil
(lindsay.n.mongiovi@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- TECHNICAL SERVICES USCGC ALEX HALEY (WMEC-39) � Z12204 REPAIRS TO REDUCTION GEAR COOLERS Objective. The objective of this requirement is to conduct repairs to the salt water and lube oil shell and tube cooler(s) for a shipboard propulsion reduction gear on CGC Alex Haley. 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 to the listed point of contact for this work. COMDTINST 9077.1 (series), Equipment Tag Out Procedures Technical Publication 0942-LP-013-2010-241-A, Reduction Gear & Associated Equipment - ATS-1-Salvage Tugs Naval Ships Technical Manual (NSTM) S9086-HY-STM-010, Chapter 254, Condensers, Heat Exchangers and Air Ejectors. (28 March 2024). NAVSEA S9531-BH-MMI-010, Technical Manual for Heat Exchanger Repair of Heat Exchangers, Coolers, and Distilling Plants, Rev 3. COMDTINST M10360.3 (series), Coatings and Color Manual SFLC Standard Specification 6310, Requirements for Preservation of Ship Structures Background. During an inspection, the ship�s technicians identified multiple tubes leaking and plugged for both port and starboard reduction gear heat exchangers. This requirement is for the contractor to inspect, test, and repair the port and starboard coolers for further operations. Per reference in section 2, only 10% of tubes are allowed to be plugged for efficient heat transfer and reduction gears to operation as designed. Tasks. The contractor shall provide material and labor services, of which includes but may not limited to: The contractor must receive the cooler(s) from the USCG and provide a Material Receiving Report to the listed technical points of contact (TPOCs) within 24 hours of receipt. The contractor must chemically clean and inspect the cooler(s) in accordance with (IAW) references in section 2. Provide a written Condition Found Report (CFR) for the coolers to the listed TPOCs and the Contracting Officer within 24 hours of the completion of the inspection. The Contractor is responsible for all safety precautions and for the disposal of all cleaning solutions and chemicals IAW local, state, and federal hazardous waste regulations. Under no circumstances are cleaning solutions, chemicals or rinsing and flushing water to be discharged to the vessel�s bilges. In that eventuality, the Contractor is responsible for their removal and disposal and the restoration of the effected compartments to the satisfaction of the TPOCs. The contractor must perform a hydrostatic test on the cooler, using clean potable water (no substitutes are allowed) IAW references in section 2. The Contractor must provide a CFR with results and repair plan to the listed TPOCs and the Contracting Officer within 24 hours of the test. If discrepancies are found, provide a detailed repair plan with associated costs to the listed TPOCs within 24 hours of the test. The CFR shall be limited to technical findings and recommended repairs; it shall not include pricing or cost information. For proposal purposes, the base requirement shall include replacement of up to six (6) tubes per cooler. The contractor shall provide technical findings and the number of additional tubes recommended for replacement (if any) to the TPOCs and the Contracting Officer. Pricing for any additional tube replacements beyond six (6) per cooler will be requested and handled by the Contracting Officer under the terms of the contract any repairs beyond the base scope identified as a result of the inspection and testing shall be documented in a Condition Found Report (CFR) with a technical description of the recommended repairs. The CFR shall be provided to the TPOCs and the Contracting Officer. Any additional work will be authorized only by the Contracting Officer through a written contract modification. The contractor shall not perform any repairs beyond the base scope until specifically authorized in writing by the Contracting Officer. If the Government elects to proceed with additional repairs, the Contracting Officer will issue a written contract modification that identifies the authorized additional work and associated firm fixed price. The contractor shall base any proposal for additional repairs on the findings in the CFR. Repeat hydrostatic testing and demonstrate no leaking tubes to the TPOCs. Submit a CFR detailing satisfactory hydrostatic test and note the parameters of throughout the test. Affix a metal tag or brass plate using lock wire to the cooler noting ship name and hull number, hydrostatic test pressure, date tested, name and location of repair facility (contractor). After any repairs, the contractor shall re-assembly the cooler with newly furnished gaskets and/or rings. Ensure all internal surfaces are clean. Perform touch-up surface preservation IAW references in section 2. The Contractor shall delivery the repaired cooler in suitable crates or boxes to protect the component during rigging and transporting. The Contractor is responsible for freight costs to return address. Government Furnished Property. Government?Furnished Property. The Government will furnish the following coolers to the contractor for inspection, testing, and repair under this requirement: Reduction gear cooler #1, Serial Number TL 7616, NSN 4420?01?275?9019, P/N 44254?1021, Serck Radiators LTD, MFR DWG 1009677, 36 tubes, tube size 0.625 OD x 0.049 x 45.375 inches. Reduction gear cooler #2, Serial Number TL 7617, same configuration as above. Security Requirement. Base access is not required. If access needed, Contractor shall have a valid government issued ID (or driver�s license) and show identification at the security gate. Contractor must provide full name, date of birth, and driver�s license #. Only REAL ID Act compliant driver�s licenses and ID cards are authorized for base access. Upon request, USCG members can escort Contractor on and off the facility. Place of Performance. Contractor�s designated repair facility. Delivery to USCGC Alex Haley (WMEC-39), 26 Albatross Ave, Kodiak, AK 99619, United States Period of Performance. 9-March to 17-April 2026 Technical Points of Contact. USCG-SFLC-LREPL Asset Management: LT Mikael Axelsson, Mikael.J.Axelsson@uscg.mil, 571-607-1134 USCGC ALEX HALEY, Engineer Officer: LT Alex Murdoch, Alexander.S.Murdoch@uscg.mil Notes. Cooler Fluid, NSN: 4420-01-275-9019, P/N: 44254-1021, Serck Radiators LTD, MFR DWG 1009677, number of tubes: 36, tube sizing: 0.625 OD x 0.049 x 45.375 [inches] Data Plate Information Serial Number: 1 Cooler: TL 7616, and #2 Cooler: TL 7617 Test Pressures: L/O Test PSI (shell): 150 PSI, R/W Test PSI (tubes): 100 PSI Photos.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2905fe9bace04c35a73df9d5fae443f3/view)
- Place of Performance
- Address: Kodiak, AK 99619, USA
- Zip Code: 99619
- Country: USA
- Zip Code: 99619
- Record
- SN07737472-F 20260310/260308230036 (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 |