Opportunity

SAM #52000QR260024220

USCGC DAVID DUREN FM200 Fire Suppression System Inspection and Diagnostics

Buyer

USCG Surface Forces Logistics Center Procurement Branch 1

Posted

April 17, 2026

Respond By

April 30, 2026

Identifier

52000QR260024220

NAICS

423850, 811219, 561621

This opportunity involves specialized inspection and diagnostics services for the FM200 (Pro2000) fire suppression system aboard the USCGC DAVID DUREN. - Government Buyer: - U.S. Coast Guard, Surface Forces Logistics Center (SFLC) Procurement Branch 1 - OEM Highlight: - Chemetron Fire Systems is the required Original Equipment Manufacturer (OEM) for certification and proprietary tools - Services Requested: - On-site semiannual inspection, diagnostics, and operational testing of three FM-200 fire suppression systems - Certified technician must be a Certified Representative of Chemetron Fire Systems - Removal and testing of solenoid pilot valves, verification of fire panel operation, activation of alarms and ventilation systems - Submission of Condition Found Reports (CFR) for any discrepancies, including parts lists and firm-fixed-price quotes for additional repairs - Unique Requirements: - Contractor must provide all proprietary information, software, and tools required for diagnostics and calibration - Compliance with manufacturer standards is mandatory - Handling of interferences and installation of protective coverings during service - Place of Performance: - Onboard CGC DAVID DUREN, 37573 HIGHWAY 30, Astoria, OR 97103 - Contract Details: - Total small business set-aside - Firm-fixed price contract - Service scheduled for one full day, with final timing coordinated with vessel point of contact

Description

52000QR260024220 USCGC DAVID DUREN FM200 INSEPECTION

The objective of this SOW is to have a certified technician perform on-site diagnostics on the FM200 system for semiannual inspection.

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 52000QR260024220 USCGC DAVID DUREN FM200 INSEPECTION.

This procurement will be processed in accordance with FAR Part 12.

The North American Industry Classification System (NAICS) is 423850 - Service Establishment Equipment and Supplies Merchant Wholesalers. This is a 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.

Request for Pricing THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUESTS THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:

Scope of Work The contractor shall provide 52000QR260024220 USCGC DAVID DUREN FM200 INSPECTION

Statement of Work (SOW)

USCGC DAVID DUREN: Pro2000 fire suppression system

Background and Current Observed Issues The Pro2000 fire suppression system aboard the USCGC DAVID DUREN requires inspection. A qualified technician is needed to perform a comprehensive on-site diagnostic inspection.

Objectives The objective of this SOW is to have a certified technician perform on-site diagnostics on the FM200 system for semiannual inspection.

Scope of Work The Contractor shall provide the services of a certified Tech Rep, 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, ensuring compliance with manufacturer’s procedures and standards during disassembly, inspection, repair, modification, calibration, and reassembly. Ensure that the Tech Rep is a Certified Representative of Chemetron Fire Systems. The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel components, equipment, and spaces near the work area against contamination during work. Upon completion, all protective measures shall be removed, and all contaminated equipment, components, and spaces restored to their original cleanliness. 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: Wiring Mounting brackets Machinery Prior to tasks, the Contractor shall coordinate all test procedures, review safety precautions, and cutter safety checklist with the COR. The Contractor shall perform a complete annual inspection on the three installed FM-200 systems as shown in Table 1, FM-200 Location, using Coast Guard Drawings listed in Section 2 References and TP 8095 (Sections 7) as references. The following tests shall be accomplished 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 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 verify 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 shutdown of all associated engines, pumps, and valves. Verify that the pilothouse alarm panel, Human Machine Interface (HMI) ventilation display, and MCMS indicate FM-200 system activation. 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 discrepancies. 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. Submit a CFR. Deliverables Operational test post-repair. After work completion and in the presence of the Coast Guard Inspector, the Contractor shall thoroughly test and demonstrate all disturbed, used, repaired, or installed items or devices to ensure satisfactory operation. Submit a CFR. Condition Found Report (CFR): If major repairs are needed, the Contractor shall provide a CFR within 24 hours of the site visit, including root causes, parts list with part numbers and quantities, and a firm-fixed-price quote for repairs. Government Furnished Information (GFI) The following documents will be available for reference: Coast Guard Drawings (e.g., 154 WPC 436-301, Rev B; 154 WPC 555-201, Rev B; etc.) Coast Guard Publications (e.g., TP 8095, SFLC Std Spec 0000, SFLC Std Spec 6310) Other References (e.g., CFR Title 49, Section 173.34) Period of Performance The on-site service shall be scheduled for one full day on the Government’s preferred date, confirmed with the Vessel POC. Preferred date: Immediately upon award, from 4/16/2026 to 5/20/2026. Place of Performance Onboard CGC David Duren, located at: 37573 HIGHWAY 30 Astoria, OR 97103 Security Requirements All contractor personnel must possess a valid-state issued REAL ID-compliant driver’s license or acceptable alternative as defined by DHS. It is the contractor’s responsibility to ensure proper credentialing for base access. Non-compliance may result in delays. Government Points of Contact (POC) Vessel POC (for access and scheduling): MKC Thomas Hamil PH: 681-365-8286 Appendix A: List of Active Faults and Alarms to be Investigated Includes various faults and alarms such as FM200 release primary E-Gen, thermal detectors, pull stations, and other system components listed in detail. Vendor Submission Requirements Interested vendors shall provide product/service details, product data sheet, and cost breakdown as per the SOW for technical review. Vendors must include a detailed cost breakdown with all specifications for review by a technical representative. Note: The USCG reserves the right to award on an all-or-none basis, issuing a purchase order to the lowest responsible offeror. Evaluation Criteria Evaluation will be based on the lowest price, technical capability, past performance, and other factors. Vendors must be registered in SAM.gov and provide warranty information. Quotation Submission Quotes are due no later than April 30, 2026, at 09:00 A.M. EST. Submit via email to Contracting Officer Joshua Miller and Tim Ford at TIMOTHY.S.FORD@USCG.MIL and Joshua.N.Miller@uscg.mil. Include: Cost Breakdown Unit Cost Extended Price Total Price Payment Terms Prompt Payment Discount Company UEI and Cage Code Questions should be directed to the same contacts. Applicable FAR Clauses and Provisions FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023) FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024) FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Nov 2023) 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) FAR 52.204-7 - System for Award Management (Nov 2024) Additional Clauses FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation (Jan 2025) FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) FAR 52.222-50 - Trafficking in Persons (Nov 2021) FAR 52.225-1 - Buy American Supplies (Oct 2022) FAR 52.232-33 - Payment via EFT (Oct 2018) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law (Oct 2004) Additional clauses are available at https://acquisition.gov. Notice to Offerors This solicitation includes FAR Clause 52.204-7 and FAR Provision 52.204-8. Offerors must complete annual representations and certifications via SAM.gov before submitting a quote. Ensure completion prior to submission.

View original listing