Skip to main content

An official website of the United States government

You have 2 new alerts

Miscellaneous Quick Acting Watertight Covers for CGC Aspen shipped to CG Yard

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Sep 28, 2022 08:49 am PDT
  • Original Published Date: Aug 31, 2022 04:20 pm PDT
  • Updated Date Offers Due: Sep 30, 2022 08:00 am PDT
  • Original Date Offers Due: Sep 14, 2022 08:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 15, 2022
  • Original Inactive Date: Sep 29, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Curtis Bay , MD 21226
    USA

Description

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 included in this notice. Request for Quotations number is 70Z08522P38066 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 336611. The small business size standard is 1250. This is a total small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5.

The United States Coast Guard Surface Force Logistics Center has a requirement for the following:

USCGC ASPEN

(SEE ATTACHED DRAWING FOR DESCRIPTION)

SHIPPED TO:

USCGC ASPEN

2401 Hawkins Point Rd BLDG 3

Baltimore, MD 21226

1. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of FAR clauses may be accessed electronically at this address: http://www.arnet.gov/far/index.html.
FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (May 2011)
FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jul 2013)
FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating
FAR 52.217-5 Evaluation of Options (JUL 1990)
FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997)
FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995)
FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003)
HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest

2.FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offerors Representations and Certification--Commercial Items (DEC 2012)" and Alt 1 included with their quotation (the provision is attached), or be registered with Online Reps and Certs, https://www.SAM.gov.

3. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: Past Performance, Price. Offerors shall submit at least 3 relevant past performance references for contracts with private industry or government instrumentalities (federal, state, or local) performed within the last 3 years. References shall include: 1. Name & contact information of the point of contract (PM/COR), 2. Name of Organization, 3. A brief description of service, 4. Contract Number/Task Order 5. Status (Prime or Sub). The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant.
The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate offers and make award to the lowest priced technically acceptable offer that is responsive to the terms of this solicitation.

4. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2012) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far.

5. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015)

The following addendum applies: Address for submission of invoices is

USCG FINANCE CENTER
COMMERCIAL INVOICES
PO BOX 4115
CHESAPEAKE, VA 23327-4115

6. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (March 2016)
The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

52.222-3, Convict Labor (June 2003) (E.O. 11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities (Feb 1999).
52.222-26, Equal Opportunity (Apr 2016) (E.O. 11246).
52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) (31 U.S.C. 3332).

7. HSAR Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012)
The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference:
(a) Provisions
3052.209-72 Organizational Conflicts of Interest
3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protégé Program
(b) Clauses.
3052.203-70 Instructions for Contractor Disclosure of Violations
3052.204-70 Security Requirements for Unclassified Information Technology Resources
3052.204-71 Contractor Employee Access __Alternate I (Sept 2012)
3052.205-70 Advertisement, Publicizing Awards, and Releases (SEPT 2012)
3052.209-73 Limitation on Future Contracting (DEC 2003)
3052.215-70 Key Personnel or Facilities (JUN 2003)
3052.217-91 Performance (USCG) (DEC 2003)

3052.217-92 Inspection and manner of Doing Work (DEC 2003)
3052.217-93 Subcontracts. (USCG) (DEC 2003)

3052.217-94 Lay Days  (DEC 2003)
3052.217-95 Liability and Insurance (USCG) (DEC 2003)
3052.217-96 Title (USCG) (DEC 2003)
3052.217-97 Discharge of Liens (USCG)  (DEC 2003)
3052.217-98 Delays (USCG) (DEC 2003)
3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (USCG) (DEC 2003)
3052.217-100 Guarantee (USCG) - guarantee period is 60 days after completion of all work or sea trials (if any) (DEC 2003)
3052.219-70 Small Business Subcontracting Plan Reporting

3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003)

3052.222-71 Strikes or Picketing Affecting Access to a DHAS Facility (DEC 2003)

3052.223-90 Accident and Fire Reporting (DEC 2003)
3052.228-70 Insurance (DEC 2003)
3052.242-72 Contracting Officer's Technical Representative (DEC 2003)
3052.247-72 F.O.B Destination Only
The full text of HSAR clauses above may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf

8. REQUIRED INSURANCE

The Contractor shall, at its own expense, procure and maintain the following kinds of insurance with respect to performance under the contract.  In accordance with HSAR 3052.228-70, Insurance (DEC 2003), the Contractor shall furnish the Contracting Officer with proof of insurance for the duration of the contract, including:

                1.  Ship Repairer's Liability - $500,000 per occurrence.

                2.  Comprehensive General Liability - $500,000 per occurrence.

3.  Full insurance coverage in accordance with the United States’ Longshoremen's and Harbor Worker's Act.

4.  Full insurance coverage in accordance with the State's Workmen's Compensation Law (or its equivalent) for all places of performance under this contract.

The insurance certificate must provide the name of the US Coast Guard vessel and the contract and/or solicitation number as specifically insured.

9.  Questions and quotes shall be emailed to WILLIAM.A.SWORDJR@USCG.MIL.  Contractors are responsible for verifying receipt of quotes.

INTERESTED VENDORS PLEASE SIGN 1449 ACCOMPANIED BY OFFICIAL QUOTE WITH A SAM.GOV REGISTERED DUNS NUMBER AND EMAIL TO WILLIAM.A.SWORDJR@USCG.MIL

USCGC ASPEN (WLB 208)

SPECIFICATION FOR FABRICATION OF WATER TIGHT AND NON WATER TIGHT DOORS, HATCHES, AND SCUTTLES

FY2022

Developed By: Robert H Holt2

(Rev-0, 21 September 2022)

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

Principal Characteristics................................................................................................................... vii

General Requirements........................................................................................................................ 1

WORK ITEM 1: Fabrication of Water Tight and Non Water Tight Doors, Hatches, and Scuttles........... 19

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 the 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 – from links located on the SFLC website.  Commercial sites provide access to their respective documents.

COAST GUARD DRAWINGS

Coast Guard Drawing 225-WLB-167-001, rev W; Structural Closures

Coast Guard Drawing 225-WLB-624-001, rev H; Joiner Doors & Curtain Schedule

NAVSEA Drawing 805-462948

FL-1602-48

COAST GUARD PUBLICATIONS

Coast Guard Commandant Instruction (COMDTINST)  M10360.3, Jun 2006, Coatings and Colors Manual

Fire Prevention and Response

Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020, General Requirements

Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), Latest Version, General Requirements

Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2020, Welding and Allied Processes

Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), Latest Version, Welding and Allied Processes

Surface Forces Logistics Center Standard Specification 5550 (SFLC Std Spec 5550), Latest Version,

Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2020, Requirements for Preservation of Ship Structures

Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), Latest Version, Requirements for Preservation of Ship Structures

OTHER REFERENCES

Code of Federal Regulations (CFR) Title 29, Part 1915, Occupational Safety and Health Standards for Shipyard Employment

Commercial Item Description (CID) A-A-59316, 2016, Abrasive Materials; for Blasting

Military Specification MIL-A-22262B, March 1996, Abrasive Blasting Media Ship Hull Blast Cleaning

NAVSEA Technical Publication T9074-AD-GIB-010/1688, (TP 1688), July 2012, Requirements for Fabrication, Welding, and Inspection of Submarine Structure

The Society for Protective Coatings (SSPC) Surface Preparation Standard No. 11 (SSPC-SP 11), 2013, Power-Tool Cleaning to Bare Metal

The Society for Protective Coatings (SSPC)/NACE International (NACE) 2007, Joint Surface Preparation Standard SSPC-SP 10/NACE No. 2, Near-White Metal Blast Cleaning

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

*Government-loaned property, which shall be returned to the vessel upon completion of the availability.
**New or refurbished equipment that the Government may provide for installation in place of existing equipment.
***Government-furnished property, which is to be supplied by either the vessel or the C4IT ServiceCenter

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)):

Work Item

Title

This section is not applicable to this package.

Principal Characteristics

225' WLB (B-CLASS)

Physical

Length overall

225' 0"

Length between perpendiculars

206' 0"

Maximum beam

46'

Designed draft

13' 0"

Full load displacement

1905.6 Long Tons SW

Light ship displacement

1500.7 Long Tons SW

Minimum operating displacement

1869.2 Long Tons SW

Mast height (above 12' waterline)

67' 5"

Anchor

Two 4000 lb standard Navy stockless anchors, 8 shots each, port and starboard, 1-3/8 die lock chain

Hull

Bilge keels (port & starboard)

Frames 42-79

Frame spacing

  FR 0 to 12

21"

  FR 12 to 30

22"

  FR 30 to 102

24"

Machinery

Main propulsion

Diesel Reduction

Diesel engines

Two Caterpillar 3608, TA, 3100 BHP each @ 900 RPM

Number of propellers

1

Number of blades

4

Diameter

10'

Pitch

Controllable

RPM

254

Ship's service diesel generators

Two Caterpillar 3508 TA, 450 KW

Emergency diesel generator

One Caterpillar 3406 DITA, 280 KW

Shore tie

Two 450 VAC, 400 Amp, 3-wire

Shaft bearing, forward

Cooper Bearing 01-BCP-1400-EX-TL

Shaft bearing, aft

Water Lubricated Cutless Bearing

Tank CAPACITIES

Diesel oil

76,498 gal.

Fresh water capacity

8056 gal.

Hydraulic oil capacity

2785 gal.

Lube oil storage

764 gal.

Grey water tank

2700 gal.

Sewage holding tank

1700 gal.

00000_0522_FLT

REC_00000_FLT_CG Yard Project (0121)

General Requirements

1. SCOPE

1.1 Intent. This standard specification invokes general requirements for accomplishment of tasks specified in this specification by commercial contractors for various geographically dispersed Coast Guard facilities for Coast Guard vessels in the continental United States and OCONUS states and territories

2. REFERENCES

Coast Guard Drawings

Coast Guard Drawing 225-WLB-167-001, rev W; Structural Closures

Coast Guard Drawing 225-WLB-624-001, rev H; Joiner Doors & Curtain Schedule

NAVSEA Drawing 805-462948

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), Latest Version, General Requirements

Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), Latest Version, Welding and Allied Processes

Surface Forces Logistics Center Standard Specification 5550 (SFLC Std Spec 5550), Latest Version,

Fire Prevention and Response

Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), Latest Version, Requirements for Preservation of Ship Structures

Other References

None

3. REQUIREMENTS

3.1 General. The Contractor must conform to all requirements specified in SFLC Std Spec 0000 and in this item, as applicable, during the performance of this availability.

3.3 Preservation requirements. The Contractor must accomplish all preservation tasks, including touch-ups, in accordance with SFLC Std Spec 6310.

3.3.1 Brand name approval. Ensure that all contractor-furnished coatings are in accordance with SFLC Std Spec 6310, Appendix C (Authorized Coatings for Use on Cutters and Boats).

3.3.2 Coating colors and system color schemes. The Contractor must obtain a written KO authorization to deviate from any coatings required in SFLC Std Spec 6310 Appendix C before work.

3.3.3 In-process quality control measures. The Contractor must abide by all the safety, preservation, and quality control requirements specified in SFLC Std Spec 0000, paragraph 3.2.4.2 (In-process QC measures for “critical-coated surfaces”).

3.3.3.1 Quality control requirements. The Contractor must abide by the following when performing preservation related inspections. The following measurements must be randomly spaced throughout for the purposes of providing a representation of the entire prepared or coated surface.

3.3.3.1.1 Surface profile measurements. One surface profile measurement must be taken for every 200 square feet for the first 1000 square feet; for each additional 500 square feet or less, one profile measurement must be taken. Profile measurements must be taken in accordance with SFLC Std Spec 6310, paragraph 3.1.8.3 (Surface profile measurements). A “measurement” for surface profile is defined as follows:

  • ASTM D4417, Method B: One profile measurement is the average (mean) of 10 individual readings.
  • ASTM D4417, Method C: One profile measurement is the average (mean) of 2 individual readings.

3.3.3.1.2 Soluble salt conductivity measurements. 5 conductivity measurements must be taken every 1000 square feet. For submerged (immersed) applications conductivity measurements must not exceed 30 microsiemens/cm. For non-submerged (non-immersed) applications conductivity measurements must not exceed 70 microsiemens/cm. If a conductivity check fails, clean the surface in accordance with SFLC Std Spec 6310, paragraph 3.1.8.5 (Soluble salt removal).

3.3.3.1.3 Coating thickness measurements. Three area measurements must be taken for the first 1000 square feet; for each additional 1000 square feet, perform an additional area measurement. A “measurements” for coating thickness is defined as follows:

  • SSPC-PA 2 defines an area measurement as 5 separate spot measurements randomly spaced throughout a 100 square foot area.
  • SSPC-PA 2 defines a spot measurement as 3 gage readings and each new gage reading the probe must be moved to a new location within a 1.5 inch diameter circle defining the spot.

3.4 Welding and brazing requirements. The Contractor must perform all welding and allied processes, and NDE in accordance with SFLC Std Spec 0740.

3.4.3 Approval to weld HY-130. To obtain Coast Guard approval to weld on HY-130 steel for WMEC-270 “B-Class” cutters, the Contractor must provide written Performance Qualification Records (PQR’s) for each process to be used. The PQR’s must be approved by one of the regulatory agencies affirming that the WPS meets the welding requirements of NAVSEA TP 1688. In addition, the Contractor must ensure that all subcontractors, prior to performing welding operations, have qualified procedures by meeting all the requirements set forth in this document.

NOTE

NAVSEA approval is NOT required for welding procedures submitted but the procedures must be reviewed and shown to satisfy the requirements set forth in NAVSEA TP 1688, by a welding regulatory agency. The requirements for welding Weldox 900 are considered the same as those for welding HY-130.

3.5 Environmental protection requirements. The Contractor must adhere to the following environmental protection requirements in accordance with the SFLC Stand Spec 0000:

3.5.1 Contractor operated (non USCG) facilities. The Contractor must provide and maintain environmental protection as defined in SFLC Std Spec 0000 Appendix A, Requirements for Environmental Protection at Contractor Operated (Non USCG) Facilities, as applicable, during the performance of this availability. Contractor must plan for and provide environmental protective measures to control pollution that develops during normal practice, as well as plan for and provide environmental protective measures required to correct conditions that develop during the project. Contractor must comply with applicable Federal, state, and local laws, codes, ordinances, and regulations in their entirety. Any reference to a specific portion of a Federal, state, or local law, code, ordinance, or regulation in this or any other item must not be construed to mean that relief is provided from any other sections of the law, code, ordinance, or regulation.

3.5.2 Test and procedures. The Contractor is required to promptly conduct tests and procedures for the purpose of assessing whether operations are in compliance with applicable Environmental Laws. Analytical work must be done by qualified laboratories; and where required by law, the laboratories must be certified.

3.5.3 Regulatory notifications. The Contractor is responsible for all regulatory notification requirements in accordance with Federal, State and local regulations. In cases where the Coast Guard must also provide public notification, such as storm water permitting, the Contractor must coordinate with the Contracting Officer or COR, and if work is being performed at a USCG Facility, the local Facility Engineer or Engineering Officer. The Contractor must submit copies of all regulatory notifications to the Contracting Officer and the local Facility Engineer or Engineering Officer prior to commencement of work activities. Regulatory notifications must be provided for including but not limited to demolition, renovation, National Pollutant Discharge Elimination System (NPDES) defined site work, and remediation of controlled substances such as asbestos, hazardous waste, and lead paint.

3.5.4 Environmental manager. The Contractor must appoint in writing an Environmental Manager for the project, who is responsible for coordinating Contractor compliance with Federal, State, local, and station environmental requirements. The Environmental Manager must ensure compliance with Hazardous Waste Program requirements, including hazardous waste handling, storage, manifesting, and disposal; implement the Contractors’ Environmental Management Plan; ensure that all environmental permits are obtained, maintained, and closed out; ensure compliance with Storm Water Program Management requirements; ensure compliance with Hazardous Materials including storage, handling, and reporting requirements; as well as coordinate any remediation of regulated substances such as lead, asbestos, and polychlorinated biphenyl (PCB). This may be a collateral position; however the individual must be trained to accomplish the following duties; ensure waste segregation and storage compatibility requirements are met; inspect and manage Satellite Accumulation areas; ensure only authorized personnel add wastes to containers; ensure all Contractor personnel are trained in 40 CFR requirements and individual position requirements; coordinate removal of waste containers; and maintain the Environmental Records binder and required documentation, including environmental permits compliance and close-out.

3.5.5 HW disposal.

3.6  Compliance.  All work shall meet the requirements of this work specification.  The inspections set forth shall become part of the Contractor's overall Inspection System or Quality Program.  The absence of any inspection requirements shall not relieve the Contractor of the responsibility of ensuring that all work submitted to the Government for acceptance complies with all requirements of the contract

3.6.1  Noncompliance.  If any work fails to pass a test or inspection, the Contractor shall take action to correct the work.

3.7  Final acceptance.  Final acceptance shall be withheld until re-inspection shows the corrective action to be successful.  In the event of failure after re-inspection, the Contractor shall submit to the Coast Guard Inspector a written report concerning the failure with recommended corrective actions.

3.8  Conformance.  Quality conformance tests and inspections shall be the minimum test and inspection methods used to demonstrate compliance to the requirements set forth in this work specification.

3.9 Welding and brazing requirements. The Contractor shall perform all welding and allied processes, and NDI in accordance with SFLC Std Spec 0740.

4. NOTES

4.1 QA inspection forms. QA inspection forms (QA-1 thru QA-5), required in SFLC Std Spec 6310 to be completed and submitted during preservation of “critical-coated surfaces”, are provided at the end of this document.

QA-1 - QUALITY ASSURANCE INSPECTION FORM

(PRESERVATION CHECKLIST)

Vessel Name

Hull #

Work Item #

Work Item Title

Location of Work (incl. frame #’s)

Area (sqft)

CHECKPOINT 1 – COATING SYSTEM COMPLIANCE

Ensure all coatings are in compliance with SFLC Std Spec 6310, Appendix C.

CHECKPOINT 2 - PAINT STORAGE

Ensure all coatings are kept at a temperature of 65 to 85°F at all times, unless otherwise specified by the coating mfg.

CHECKPOINT 3 - AMBIENT CONDITIONS

Ensure surface and surrounding temperatures are each between 50 and 90°F for water-containing coatings, and 35 and 95°F for other coatings, unless otherwise specified by the coating manufacturer(s).

Ensure maximum relative humidity (RH) is as follows, from surface preparations through final curing of topcoat: 50% for tanks, voids, and vent plenum; and 85% for all other areas, unless otherwise specified by manufacturer(s).

Ensure surface temperature is at least 5°F above the dew point, unless otherwise specified by the coating mfg.

CHECKPOINT 4 - PRE-SURFACE PREPARATION

Remove surface contaminants (soluble salts, loose rust, mud, and marine growth) with low pressure fresh water wash down (maximum 5,000 psi). If oil and grease are present, perform solvent cleaning, as per SSPC SP-1.

Verify equipment setup, blast media, and surface preparation methods match designated test coupon.

CHECKPOINT 5 - SURFACE PREPARATION

Verify environmental conditions (see CHECKPOINT 3).

Ensure cleanliness of prepared surface is as per specification (i.e.: SSPC SP-11, SP-10, SP WJ-2…).

Verify surface anchor profile using ASTM D4417-Methods B or C against SFLC Std Spec 6310. Conduct profile readings at a minimum of 5 locations for the first 1000-sqft area, and 2 locations for each succeeding 1000-sqft area.

Measure soluble salt conductivity in accordance with SSPC-Guide 15. Conduct 5 measurements per each 1000-sqft area (max. threshold: 70 microsiemens/cm for non-submerged surfaces, 30 microsiemens/cm for submerged surfaces).

CHECKPOINT 6 - PRIMER COAT APPLICATION

Verify environmental conditions (see CHECKPOINT 3).

Verify proper mixing and stand-in (induction) times.

Ensure no paint is applied when the temperature is expected to drop to freezing before the paint has dried.

Ensure surfaces are completely dry, unless otherwise allowed by the coating manufacturer(s).

Verify wet film thickness (WFT) at random, to prevent under or over application. Verify final DFT.

Brush out all runs, sags, drips, and puddles.

Perform visual inspection for holidays and other defects.

CHECKPOINT 7 – STRIPE COAT APPLICATION

Verify environmental conditions (see CHECKPOINT 3).

Ensure overcoating window is as per manufacturer’s instructions.

After primer coat (mist coat after inorganic zinc), brush-apply un-thinned coat of same primer paint over edges, weld seams, cut-outs, and areas of complex geometries @ 3-4 mils wet film thickness (WFT).

CHECKPOINT 8 – TOP COAT APPLICATION

Verify environmental conditions (see CHECKPOINT 3).

Ensure overcoating window is as per manufacturer’s instructions.

Verify proper mixing and stand-in (induction) times, as applicable.

Verify wet film thickness at random, to prevent under or over application.

Brush out all runs, sags, drips, and puddles.

CHECKPOINT 9 – FINAL INSPECTION

Verify final system dry film thickness. Conduct 5 sets of 3 readings for each of the first 3 100-sqft areas, followed by 5 sets of 3 readings for each succeeding 1000-sqft area.

Ensure that system cure is in accordance with manufacturer's recommendation for intended service.

Ensure potable water tank exhaust ventilation is maintained continuously from and during coating application through final system cure, to exhaust all solvent to the atmosphere and to prevent solvent entrapment.

For immersion coatings (including tank U/W body), record date and time of the following events:
Final coat application: _____/_____; Return to service or removal from environment controls: _____/_____

CHECKPOINT 10 – RECORD KEEPING

Complete, sign, and submit all provided QA Inspection Forms.

Name of QP-1/NACE Inspector

Signature

Cert. #

Date / Time

NAME of CG Representative

Signature

Unit

DATE/TIME








 

QA-2 - QUALITY ASSURANCE INSPECTION FORM

(ENVIRONMENTAL READINGS)

Vessel Name

Hull #

Work Item #

Work Item Title

Use one sheet for each activity. Record conditions every four hours from before surface preparation to application of final coating system coat.

DATE & TIME

ACTIVITY (Surface preparation, primer coat, barrier coat, top coat, etc…)

LOCATION (Frame & Deck, relation to equipment, etc.)

TEMPERATURE

% REL. HUMID-ITY

DEW PT.

SURFACE

AMBIENT

ΔT

| DP - Surface |

Name of QP-1/NACE Inspector

Signature

Cert. #

Date / Time

NAME of CG Representative

Signature

Unit

DATE/TIME












 

QA-3a - QUALITY ASSURANCE INSPECTION FORM

(SURFACE PROFILE LOG FOR PROFILE MEASUREMENTS IAW ASTM D4417-METHOD-C)

Vessel Name

Hull #

Work Item #

Work Item Title

Location of Work (Frame References)

Area (sqft)

SURFACE PREPARATION METHOD

PROFILE ACHIEVED (mils)

Min

Max

Mean

SSPC-SP-10/NACE No. 2

£

SSPC-SP WJ-2/NACE WJ-2

£

SSPC-SP-3

£

SSPC-SP-11

£

SSPC-SP-11 (inaccessible area)

£

Brush-blasting (non-metallic substrate)

£

Abrasive Manufacturer:

Abrasive Sieve Size:







 

Place surface profile replica tapes in the spaces provided below, to serve as permanent QA record. Maintain a separate log for each location. When an area is divided into separate sections, maintain a separate log for each section.

Place Surface Profile
Replica Tape Here

Place Surface Profile
Replica Tape Here

Place Surface Profile
Replica Tape Here

Reading (mils):

Reading (mils):

Reading (mils):

Place Surface Profile
Replica Tape Here

Place Surface Profile
Replica Tape Here

Place Surface Profile
Replica Tape Here

Reading (mils):

Reading (mils):

Reading (mils):

Place Surface Profile
Replica Tape Here

Place Surface Profile
Replica Tape Here

Place Surface Profile
Replica Tape Here

Reading (mils):

Reading (mils):

Reading (mils):

Place Surface Profile
Replica Tape Here

Place Surface Profile
Replica Tape Here

Place Surface Profile
Replica Tape Here

Reading (mils):

Reading (mils):

Reading (mils):

Place Surface Profile
Replica Tape Here

Place Surface Profile
Replica Tape Here

Place Surface Profile
Replica Tape Here

Reading (mils):

Reading (mils):

Reading (mils):

Mean Mil Reading (IAW ASTM D4417-Method C) for above 15 readings:







 

Name of QP-1/NACE Inspector

Signature

Cert. #

Date / Time

NAME of CG Representative

Signature

Unit

DATE/TIME

QA-3b - QUALITY ASSURANCE INSPECTION FORM

(SURFACE PROFILE LOG FOR PROFILE MEASUREMENTS IAW ASTM D4417-METHOD-B)

Vessel Name

Hull #

Work Item #

Work Item Title

Location of Work (incl. frame #’s)

Area (sqft)

SURFACE PREPARATION METHOD

PROFILE ACHIEVED (mils)

Min

Max

Mean

SSPC-SP-10/NACE No. 2

£

SSPC-SP WJ-2/NACE WJ-2

£

SSPC-SP-3

£

SSPC-SP-11

£

SSPC-SP-11 (inaccessible area)

£

Brush-blasting (non-metallic substrate)

£

Abrasive Manufacturer:

Abrasive Sieve Size:







 

Record measurements taken in the spaces provided below, to serve as permanent QA record. Maintain separate log for each location. When an area is divided into separate sections, maintain a separate log for each section.

Reading (mils):

Reading (mils):

Reading (mils):

Reading (mils):

Reading (mils):

Reading (mils):

Reading (mils):

Reading (mils):

Reading (mils):

Reading (mils):

Mean Mils Reading (IAW ASTM D4417-Method B for above 10 readings (by column):

Mean Reading (mils)

Name of QP-1/NACE Inspector

Signature

Cert. #

Date / Time

NAME of CG Representative

Signature

Unit

DATE/TIME

QA-4 - QUALITY ASSURANCE INSPECTION FORM

(SURFACE SOLUBLE SALT CONDUCTIVITY LOG)

Vessel Name

Hull #

Work Item #

Work Item Title

Location of Work (incl. frame #’s)

Area (sqft)

SOLUBLE SALT CONDUCTIVITY Measurements IAW SSPC-GUIDE 15.

Date

Test Locations

Conductivity (Microsiemens/CM)

Name of QP-1/NACE Inspector

Signature

Cert. #

Date / Time

NAME of CG Representative

Signature

Unit

DATE/TIME







 

QA-5 - QUALITY ASSURANCE DATA FORM

(COATING THICKNESS)

(Use one sheet for each sequence)

Vessel Name

Hull #

Work Item #

Work Item Title

Coating Mfg

Product Name

Batch #

Induction Time

Coating System Sequence (Primer/Touchup/3rd Coat, etc.)

Dry Film Thickness (DFT) Measurements IAW SSPC-PA 2.

SPOT

1

2

3

4

5

AVERAGE VALUE

*BASE METAL READING (BMR)

*Required, If Magnetic Pull-Off (Type I/Banana) Gauge Is Used.

Location (Frame Reference):

SPOT

1

2

3

4

5

Overall Avg. DFT

ADJUSTMENTS

1

Avg. BMR

Deviation

2

3

Before Adjustments

After Adjustments

Avg.

Location (Frame Reference):

SPOT

1

2

3

4

5

Overall Avg. DFT

ADJUSTMENTS

1

Avg. BMR

Deviation

2

3

Before Adjustments

After Adjustments

Avg.

Location (Frame Reference):

SPOT

1

2

3

4

5

Overall Avg. DFT

ADJUSTMENTS

1

Avg. BMR

Deviation

2

3

Before Adjustments

After Adjustments

Avg.










 

Application Method (Airless, Conventional Spray, Rolled)

Average DFT

Name of QP-1/NACE Inspector

Signature

Cert. #

Date / Time

NAME of CG Representative

Signature

Unit

DATE/TIME

S_16702_ESD_0921_SWIT

SYY_NNN_16702_AUT_MMYY_HULL#

  1. ITEM 1: Fabrication of Water Tight and Non Water Tight Doors, Hatches, and Scuttles

1. SCOPE

1.1 Intent. This work item describes the requirements for the Contractor to fabricate water tight and non-water tight doors, hatches, and scuttles identified in Table 1 in accordance with drawings.

Table 1 – Water tight Hatch locations

Description

Location

Drawing

36 * 72 inch WTID Hatch, spring balanced, steel.  13/5 PSI, 8 inch coaming height, 25 inch QAWT flush scuttle, 4 dog, formula 150 finish

Quantity:  01 ea

Part number 2 on drawing

Not Applicable

225B-WLB-167-001, PN2

26 * 66 inch TWQA Door, LH, 10 dog steel, w/hasp, 9 in fixed light, low hinge, STST hinges, formula 150 finish

Quanity:  02 ea

Part number 10 on drawing

Not Applicable

225B-WLB-167-001, PN 10

Door ID 26 * 66 inch, LH steel, wax

Fixed Ligh AY: w/GA9.75,OD,GLA

Door AY: Wax, ID, LH 2D, 26*66 inch.

Hasp:  outside, SS6, JE 1500-50-51

Finish:  Interior gvt, note 47  II steel

P/N 11 on drawing

Quantity:  01 ea

Not Applicable

FL-1602-48

30 * 30 inch  WTID Hatch, 8 dog, steel, 12 inch coaming, 21 inch QAWT scuttle, 4 dog, 2 inch coaming, formula 150 finish

Quantity:  01 each

Part number 17 on drawing

Not Applicable

225B-WLB-167-001, PN 17

Hatch, RS 4-DB, Steel 24 * 36 HNG 36

Panel:  24*36 inch steel 5/13 PSI S1602-860100-3/4/5 NSTD

Coaming:  Coam 3/16*8 HI SS$ S1602-860100-1 (24 * 36 inch N/STD)

Hinge:  HNG Blade, Jaw, Pin, AY Steel S1602-8060100-9/10/11

Hasp:  Hasp assy, out, DB hatch, steel, S1602-360100-12/13/14

Drop Bolt Assy:  Drop Bolt H3/4-8*305 SS6 S1602-860100-24, 25, 26

Finish:  Interior gvt, door/hatch/scuttle 803-2226372 note 47

Quantity:  01 each

Part number 23 on drawing

Not Applicable

225B-WLB-167-001, PN 23

1.2 Government-furnished property

None

2. REFERENCES

Coast Guard Drawings

Coast Guard Drawing 225-WLB-167-001, rev W; Structural Closures

Coast Guard Drawing 225-WLB-624-001, rev H; Joiner Doors & Curtain Schedule

NAVSEA Drawing 805-462948

FL-1602-89

Coast Guard Publications

Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2020, General Requirements

Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2020, Welding and Allied Processes

Surface Forces Logistics Center Standard Specification 6310 (SFLC Std Spec 6310), 2020, Requirements for Preservation of Ship Structures

Other References

Commercial Item Description (CID) A-A-59316, 2016, Abrasive Materials; for Blasting

Military Specification MIL-A-22262B, March 1996, Abrasive Blasting Media Ship Hull Blast Cleaning

The Society for Protective Coatings (SSPC)/NACE International (NACE) 2007, Joint Surface Preparation Standard SSPC-SP 10/NACE No. 2, Near-White Metal Blast Cleaning

The Society for Protective Coatings (SSPC) Surface Preparation Standard No. 11 (SSPC-SP 11), 2013, Power-Tool Cleaning to Bare Metal

3. REQUIREMENTS

3.1 General.

3.1.1 CIR.

None.

3.1.2 Tech Rep.

Not applicable.

3.1.3 Protective measures.  Not Applicable

3.1.4 Interferences. Not Applicable

3.1.5 Testing. All testing to be completed in accordance with drawings and  Surface Forces Logistics Center Standard Specification 0740 (SFLC Std Spec 0740), 2020, Welding and Allied Processes

3.1.6 Shipping.  Contractor shall construct container to ship hatches and shall include pricing for shipping CGC Aspen, CO LT Clara Ashton, Surface Forces Logistics Command, 2401 Hawkins Point Road, Baltimore, MD, 21226-1797

4. NOTES

None

Contact Information

Contracting Office Address

  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA

Primary Point of Contact

Secondary Point of Contact





History