Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2025 SAM #8570
SOLICITATION NOTICE

J -- CGC KATMAI BAY LOADBANKING TESTING

Notice Date
5/12/2025 12:00:02 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
70Z085Q250012813
 
Response Due
5/14/2025 8:00:00 AM
 
Archive Date
05/14/2025
 
Point of Contact
GEORGE, JERAMYAH, Phone: 5716102958, DONNA O'NEAL, Phone: 5103931145
 
E-Mail Address
JERAMYAH.W.GEORGE@USCG.MIL, Donna.J.O'Neal@uscg.mil
(JERAMYAH.W.GEORGE@USCG.MIL, Donna.J.O'Neal@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS TO BE AWARDED BASED OFF LOWEST PRICE TECHNICALLY ACCEPTABLE AND PAST PREFORMANCE. FAIRBANK MORSE MODEL 8 1/8 OPPOSED PISTON/WESTINGHOUSE MAIN PROPULSION GENERATOR BREAK IN LOAD BANKING SPECIFICATION FOR DOCKSIDE MAINTENANCE Developed By: IBCT Product Line (Rev-0, 27 Feb 2025) TABLE OF CONTENTS Revisions Record. iii Consolidated List of References. iv Consolidated List of Government-furnished Property. v Consolidated List of Critical Inspection Items. vi General Requirements. 8 WORK ITEM 1: Main Diesel Engine (MDE, Hot Lube Oil Flush�������...�������.16 Revisions Record This page is used to record specification revisions, which may have occurred subsequent to a Revision 0 (Rev-0) package. Information listed is intended to provide contractors and field unit personnel a means to ensure all the current specification revision pages are present when reviewing or utilizing this specification package. DATE REV# WORK ITEM# CHANGES MADE NOTE : All work item and paragraph numbers listed above for a given revision correspond to same numbers in the previous revision. This revised specification is self-contained with all of the above listed changes incorporated. Consolidated List of References The below-listed documents form a part of this specification to the extent specified herein. Approval/publication dates or revision dates/numbers are also identified, to ensure that same document versions are used at time of specification writing and during contract execution. All Coast Guard drawings, technical publications, and standard specifications will be provided to contractors by the Coast Guard at an appropriate time, or upon request, free of charge. Other Government documents may be accessed � free of charge � as follows: MIL/DOD/CID Specifications: http://www.assistdocs.com/search/search_basic.cfm Commandant Instruction Manuals: http://www.uscg.mil/directives/default.asp Public Laws, Code of Federal Regulations, U.S Codes, and other Federal Government laws:: www.gpoaccess.gov The Government is aware of the following internet web links where contractors may procure commercial specifications: American Welding Society (AWS): http://www.awspubs.com/index.php ANSI, ASTM, IEEEE, NFPA, ASME, SAE Standards: http://www.techstreet.com/ NFPA: http://www.nfpa.org SSPC Standards and pictorial guides: http://shopping.netsuite.com/sspcmarketplace COAST GUARD DRAWINGS Coast Guard Drawing 140 WTGB 101-001, Rev -, Booklet of General Notes & Details Coast Guard Drawing 140 WTGB 201-001, Rev B, Machinery Arrangement Coast Guard Drawing (DWG) 140-WTGB-201-001, Rev B, Machinery Arrangement COAST GUARD PUBLICATIONS Coast Guard Commandant Instruction (COMDTINST) M10360.3 (series), Coatings and Color Manual Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements Coast Guard Technical Publication (TP) 3473, SWBS 233, Section A, Mar 2022, Main Diesel Engine � Model 38D8-1/8 Coast Guard Technical Publication (TP) 3474, SWBS 235, Section A, Propulsion Motor and Generator Installation Coast Guard Technical Publication (TP) 3475, SWBS 235, Section A, Propulsion Electric Equipment Surface Forces Logistics Center Standard Specification (SFLC Std Spec) 2351, 2022, Overhaul DC Generators & Motors OTHER REFERENCES None Consolidated List of Government-furnished Property The following is a list of property, which the Government will furnish. This list supersedes any other material obligations indicated or implied by referenced drawings. None Consolidated List of Critical Inspection Items The following is a list of work items, which contain Critical Inspection reports, which the Contractor must complete within the first 25% of the availability contract period (see SFLC Std Spec 0000, paragraph 3.2.6.5 (Inspection report particulars)): None 23300_SSDG #1 and #2Overhl_0819_IBCT General Requirements 1. SCOPE 1.1 Intent. The work item describes the requirement for the contractor to conduct load bank on #1 Main Propulsion Generator and #2 Main Propulsion Generator to allow for the proper breaking in of #1 Main Diesel Engine and #2 Main Diesel Engine, post Center Section Overhaul and balance both propulsion generators. Main Propulsion Generator is Westinghouse 1000KW propulsion generator (Prop Gen) Table 1. Engine(s) to Fl Engine # Manufacturer Characteristics Serial # #1 Main Propulsion Generator Westinghouse 1000KW, 900VDC, 1111Amps, 850 RPMs, 6 poles N/A #2 Main Propulsion Generator Westinghouse 1000KW, 900VDC, 1111Amps, 850 RPMs, 6 poles N/A 1.2 Government-furnished property. None 2. REFERENCES Coast Guard Drawings Coast Guard Drawing 140 WTGB 101-001, Rev -, Booklet of General Notes & Details Coast Guard Drawing 140 WTGB 201-001, Rev B, Machinery Arrangement Coast Guard Drawing (DWG) 140-WTGB-201-001, Rev B, Machinery Arrangement Coast Guard Publications Coast Guard Commandant Instruction (COMDTINST) M10360.3 (series), Coatings and Color Manual Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements Coast Guard Technical Publication (TP) 3473, SWBS 233, Section A, Mar 2022, Main Diesel Engine � Model 38D8-1/8 Coast Guard Technical Publication (TP) 3474, SWBS 235, Section A, Propulsion Motor and Generator Installation Coast Guard Technical Publication (TP) 3475, SWBS 235, Section A, Propulsion Electric Equipment Surface Forces Logistics Center Standard Specification (SFLC Std Spec) 2351, 2022, Overhaul DC Generators & Motors Other References None REQUIREMENTS 3.1 General. 3.1.1 CIR. None. 3.1.2 Tech Rep. The Contractor must provide the services of a qualified technician, who is familiar with load banking equipment including all equipment set up 3.1.2.1 Removed. 3.1.2.2 Removed. 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). Known interferences include, but are not limited to the following: Deck plates. Deck framing. Piping. Handrails. Electrical wiring and cables/cableways. Miscellaneous machinery. 3.1.5 Contamination prevention. The Contractor must take all precautions to prevent contamination of personnel and spaces in accordance with all applicable Federal, state, and local regulations. WARNING Do not drain ANY fluids, including fresh water, into any space, bilge, or exterior location. 3.2 Work plan. The Contractor shall provide a work plan to the Contracting Officer (KO), at the time of solicitation submission, which lists all procedures, plans, and equipment the Contractor will utilize in support of flushing requirements. At a minimum, the plan shall include the following: Qualifications of Technicians Submission of equipment being used to conduct load banking 3.3 None 3.4 Load Banking Procedure requirements. 3.4.1 Load Banking equipment. The Contractor shall provide all equipment required to support load banking both Main Propulsion Generators in single operation and parallel operations including (but not limited to), the following: 3.4.1.1 Load Bank(s). Load Bank meeting the characteristics of the Main Propulsion Generator 3.4.1.2 Wiring. Electric wiring of proper sizing to hook up load bank to Main Propulsion Generator (approx. 150 ft). 3.4.1.3 Portable Particle Counter. A particle counter capable of continuously measuring fluid contamination with output in NAS code. 3.4.5 COR notification. The Contractor shall notify the Senior Chief Ian Duthie (MAT Supervsior) when load bank is connected to appropriate machinery. 3.4.6 Inspector witnessing and approval. The Contractor shall ensure that the Coast Guard Inspector is present during all load banking procedures. The Contractor�s will submit written report upon completion of load bank of all parameters at each interval. 3.4.7 Requirements 3.4.7.1 See below table of load banking loads and timelines Engine Speed (RPMs) Time (min) Main Propulsion Generator Load Mechanical Checks 300 5 No Load B 350 15 No Load A,B 450 15 No Load 550 15 No Load 650 15 No Load 720 15 No Load A, B 720 60 (1 hour) 25% A, B 720 60 (1 hour) 37.5% A 720 120 (2 hour) 50% A 720 180 (3 hour) 62.5% A 720 180 (3 hour) 75% A 720 180 (3 hour) 87.5% A 720 180 (3 hour) 100% A,B 3.4.7.2 Load banking Main Propulsion Generators in parallel. Load banking in parallel will be to support grooming of MPCMS by Affinity Power System. Groom will take approx.. 8 hours. 3.4.7.3 Once all MDE break in period and MPCMS groom is completed contractor shall disconnect all equipment and return MPG back to original configuration. 3.4.7.4 Wipe clean any surfaces contaminated by load bank equipment. 4. NOTES 4.1 Equipment operation. Coast Guard personnel will operate all shipboard machinery and equipment during all operational tests besides load bank. 4.2 Coast Guard can assist with loading and unloading equipment from trailers. 4.3 Security Requirements 4.3.1 Citizenship. Each individual employed under the contract shall be a citizen of the United States of America, or an alien who has been lawfully admitted for permanent residence as evidenced by a Permanent Resident Card (USCIS I-551). Any exceptions must be approved by the Coast Guard�s Security Officer or designee. Contractors shall identify in their proposals, the names and citizenship of all non-U.S. citizens proposed to work under the contract. Any additions or deletions of non-U.S. citizens after contract award shall also be reported to the Contracting Officer. 4.3.2 Identification. In accordance with federal facility access control policies, all contractor personnel, including subcontractors and any individuals employed by the contractor who require access to the installation, must possess a valid form of identification that complies with the REAL ID Act of 2005. Access will be denied to any individual presenting non-compliant identification. It is the responsibility of the contractor to ensure that all personnel meet this requirement prior to arrival at the federal installation. 4.4 Location. USCGC Katmai Bay. 337 East Water Street, Sault Sainte Marie, MI 49783. 4.5. Period of Performance. Contract awardee will begin work within three (3) calendar days of award notification. Work will be completed within three (3) calendar days of the start date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1fcc0bdf6fc493bb53d9f0ba2ac2ad8/view)
 
Place of Performance
Address: Sault Sainte Marie, MI 49783, USA
Zip Code: 49783
Country: USA
 
Record
SN07439113-F 20250514/250512230045 (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.