Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 21, 2026 SAM #8881
SOLICITATION NOTICE

J -- 52000QR260023806 USCGC OLIVER BERRY FIRE SURPRESSION SYSTEM INSPECTION

Notice Date
3/19/2026 10:31:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
92216 —
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
52000QR260023806
 
Response Due
3/24/2026 6:00:00 AM
 
Archive Date
04/08/2026
 
Point of Contact
Timothy ford, Sean Hoy, Phone: 7576284664
 
E-Mail Address
timothy.s.ford@uscg.mil, Sean.W.Hoy@uscg.mil
(timothy.s.ford@uscg.mil, Sean.W.Hoy@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
52000QR260023806 USCGC OLIVER BERRY FIRE SURPRESSION SYSTEM INSPECTION INTENT: This work item describes the requirements for the Contractor to inspect and test the FM-200 Fixed Fire Suppression System in the following locations: Table 1 - fm-200 Location Protected area Location Engine Room 3-27-0-E Generator Room 3-36-0-E Emergency Generator Room 1-10-0-E This work item describes the requirements for the Contractor to clean and inspect the interior of the Galley�s Gaylord Hood supply and exhaust ventilation system and recertify the fix fire extinguishing system. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR260023806 USCGC OLIVER BERRY FIRE SURPRESSION SYSTEM INSPECTION This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 92216 - Fire Protection. This is total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13. THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT: The contractor shall provide 52000QR260023806 USCGC OLIVER BERRY FIRE SURPRESSION SYSTEM INSPECTION FM-200 Fire Suppression System, Inspect and Test 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to inspect and test the FM-200 Fixed Fire Suppression System in the following locations: TABLE 1 - FM-200 LOCATION PROTECTED AREA LOCATION Engine Room 3-27-0-E Generator Room 3-36-0-E Emergency Generator Room 1-10-0-E 1.2 Government-furnished property. None 2. REFERENCES COAST GUARD DRAWINGS Coast Guard Drawing 154 WPC 436-301, Rev C, Fire Detection System Coast Guard Drawing 154 WPC 555-201, Rev B, Fixed Fire Extinguishing System A&D FM-200 & R-102 Coast Guard Drawing 154 WPC 555-301, Rev F, Fixed Fire Extinguishing System Diagram Coast Guard Drawing 154 WPC 601-302, Rev D, General Arrangement COAST GUARD PUBLICATIONS Coast Guard Technical Publication (TP) 8095A, SWBS 555, Aug 2019, FM-200 Beta Fire Protection System Heptafluoropropane Suppression Design, Installation, Operation & Service Manual 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 49, Section 173.34 3. REQUIREMENTS 3.1 General. 3.1.1 CIR. None. 3.1.2 Tech Rep. The Contractor shall provide the services of a certified Tech Rep, who is familiar with the FM 200 fire suppression equipment/system to accomplish the following tasks � on site: Provide manufacturer's proprietary information, software, and tools pertinent to the equipment/system. Assist with proper repair methods, and ensure compliance with manufacturer's procedures and standards during disassembly, inspection, repair, modification, calibration, and reassembly of the equipment/system. Ensure that the Tech Rep is a Certified Representative of Chemetron Fire Systems. Submit the Tech Rep�s name and r�sum� to the COR at the Arrival Conference. 3.1.3 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. 3.1.4 Interferences. The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the below-listed: Wiring Mounting brackets Machinery NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.2 Testing procedure coordination. Prior to accomplishing the below listed tasks, the Contractor shall coordinate all test procedures, review all applicable safety precautions and cutter safety checklist with the COR. WARNING Inhalation of FM-200 concentrations of 10% or more may cause headache, disorientation, vertigo, sweating, numbness, loss of limb control, mental confusion, and loss of consciousness in as little as 16 seconds. Cardiac arrest within seconds of unconsciousness, permanent brain damage in 3-5 minutes or death, unless effective CPR is initiated within the first minutes of cardiac arrest. 3.3 Equipment inspection. The Contractor shall perform a complete annual inspection on the three installed FM-200 systems as shown in Table 1, FM-200 Location, using the Coast Guard Drawings listed in Section 2 References and TP 8095 (Sections 7) as reference. CAUTION Failure to remove the solenoids at each tank will result in the activation of the FM-200 system. 3.3.1 The Contractor shall accomplish the following test on all primary and secondary FM-200 systems for the main engine room, generator room and emergency generator room: Remove the solenoid pilot valves from the primary and secondary cylinders in the port and starboard steering gear rooms and damage control locker. Verify that the fire panel is in the normal operation mode. Verify that the associated supply and exhaust ventilation fans and dampers are on/open. Operate the associated FM-200 release station. Time the pre-discharge delay and that the solenoid valve energizes after 30 seconds. Verify that all sirens, bells and strobe lights activate. Verify that the associated ventilation system, (fans and dampers) shut down. Verify that the MCMS indicates the shuts down of all associated engines, pumps and valves. Verify that the pilothouse alarm panel, Human Machine Interface (HMI) ventilation display, and MCMS indicate that the FM-200 system was activated. Simulate the FM-200 pressure switch activation by pulling down on the plunger located on the bottom of the pressure switch. Submit a CFR for any and all discrepancies. 3.4 Inspection of compressed gas cylinders. The Contractor shall inspect and test all cylinders for compliance with CFR Title 49, Section 173.34. Cylinder weight and pressure checks shall be accomplished using TP 8095, paragraph 7 as reference. Submit a CFR NOTE The location for the 40# FM-200 bottles is the Emergency Generator Room. The location for the 150# FM-200 bottles is the starboard steering gear room. The location for the 550 #FM-200 bottles is the port steering gear room. 3.5 FM-200 system restoration. The Contractor shall ensure all three primary and secondary systems are replenished to the required cylinder weight. 3.6 Operational test, post-repair. After completion of work and in the presence of the Coast Guard Inspector, the Contractor shall thoroughly test and demonstrate all items or shipboard devices that have been disturbed, used, repaired, altered, or installed to be in satisfactory operating condition. Submit a CFR. 4. NOTES 4.1 Additional information. The COR may provide additional information in the form of maintenance procedure card (MPC) N31015.D providing greater details, if requested. Inspection and certification will be conducted onboard CGC OLIVER BERRY located at 400 Sand Island Parkway, Honolulu, HI 96819. Period of performance will be from 01APR26 to 26APR26. Point of Contact will be the Engineering Petty Officer, Samuel Dudley samuel.t.dudley@uscg.mil (571) 613-2106. SECURITY REQUIREMENTS All contractor personnel requiring access to the place of performance in order to perform work under this contract must possess a valid-state issued REAL ID-compliant driver�s license or identification card, or an acceptable alternative form of identification as defined by the Department of Homeland Security (DHS) [https://www.dhs.gov/real-id]. It is the contractor�s responsibility to ensure that all personnel are properly credentialed to gain base access. Failure to comply with access requirements may result in delays to performance and will not constitute an excusable delay. Gaylord Hood Ventilation System, Clean and Inspect 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to clean and inspect the interior of the Galley�s Gaylord Hood supply and exhaust ventilation system and recertify the fix fire extinguishing system. 1.2 Government-furnished property. None 2. REFERENCES None. 3. REQUIREMENTS None. 3.1.1 CIR. None. 3.1.2 Tech Rep. Not applicable. 3.1.3 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. 3.1.4 Interferences. Known interferences include, but are not limited to the following: Piping Electrical wiring 3.2 Notification. The Contractor shall give written notification to the COR, 48 hours before starting ventilation cleaning work. Note Coast Guard personnel will operate all shipboard machinery and equipment. 3.3 Operational test, initial. Prior to commencement of work, the Contractor shall witness Coast Guard Personnel perform an initial operational test of the Galley�s Gaylord Hood supply and exhaust ventilation systems to ascertain its operational condition. 3.3.1 The Contractor shall take digital photos of all ducting interior surfaces at each opening to show the condition of the duct work prior to cleaning. Document any and all modifications to the system (e.g. new holes in existing duct, etc.) that will be required to perform the cleaning work. Do not perform modifications without Coast Guard authorization. Submit a CFR. 3.4 Cleaning requirements. The Contractor shall clean and inspect approximately 15 linear feet of interior ducting and associated component surfaces of the entire Galley�s Gaylord Hood supply and exhaust ventilation system from the point where the air enters the system to the point where the air is discharged from the system. 3.4.1 Galley hood fire extinguishing system recertification. After completion of cleaning work, the Contractor shall test and recertify the Gaylord Hood fire extinguishing system in accordance with the manufacturer�s requirements and instructions. Provide associated documentation with the final CFR submission. 3.4.2 Duct Interior Images for Final Report. After completion of work and prior to closing the duct work accesses, the Contractor shall take post-cleaning images of the same areas originally photographed in paragraph 3.3.1. Provide these before and after images in the final report. 3.5 Operational test, post repairs. The Contractor shall thoroughly test, in the presence of the Coast Guard Inspector, and demonstrate that the Gaylord Hood supply and exhaust ventilation systems is in satisfactory operating condition. Submit a CFR to include all images in the final report. 4. NOTES 4.1 Additional information. The COR may provide additional information if requested. Inspection and certification will be conducted onboard CGC OLIVER BERRY located at 400 Sand Island Parkway, Honolulu, HI 96819. Period of performance will be from 01APR26 to 26APR26. Point of Contact will be the Engineering Petty Officer, Samuel Dudley samuel.t.dudley@uscg.mil (571) 613-2106 Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep. NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item. As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered. Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation in conjunction with attached statement of work that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown (2) Unit Cost (3) Extended Price (4) Total Price (5) Payment Terms (6) Discount offered for prompt payment (7) Company Unique Entity ID (UEI) and Cage Code.. Quotes must be received no later than 24 March 2026 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the Contracting Officer, JOSH MILLER and Tim Ford at email address TIMOTHY.S.FORD@USCG.MIL and JOSHUA.N.MILLER@uscg.mil. Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, Sean Hoy and Tim Ford at email address JOSHUA.N.MILLER@uscg.mil and TIMOTHY.S.FORD@USCG.MIL. The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023) FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024) to include Alt I (Nov 2021). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov. FAR 52.204-7 � System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov. The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract: FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan2025) (E.O.13126). FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement. *The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/aaa1dd76ef7a44649af40b8957fbbf6d/view)
 
Place of Performance
Address: Honolulu, HI 96819, USA
Zip Code: 96819
Country: USA
 
Record
SN07750611-F 20260321/260319230046 (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!  © 1994-2026, Loren Data Corp.