Opportunity
SAM #52000QR260024318
Refurbishment and Refill of Chemtron FM200 Bottles for USCGC Bailey Barco
Buyer
USCG Surface Forces Logistics Center Procurement Branch 1
Posted
April 17, 2026
Respond By
April 22, 2026
Identifier
52000QR260024318
NAICS
92216, 811219
This opportunity involves specialized maintenance for legacy fire suppression equipment aboard U.S. Coast Guard vessels. - Government Buyer: - U.S. Coast Guard, Surface Forces Logistics Center (SFLC) Procurement Branch 1 - OEMs and Vendors: - Chemtron (manufacturer of the FM200 bottles; only original Chemtron bottles are acceptable) - Products/Services Requested: - Refurbishment and refill of two Chemtron 40 lb FM200 fire suppression bottles - The government will provide the bottles (original Chemtron, system is discontinued) - Contractor must pick up bottles from USCGC Donald Horsley in Galveston, TX - Perform all required maintenance, refurbishment, and refill - Certify, package, and ship the bottles to USCGC Bailey Barco in Ketchikan, AK - Includes warranty for replaced parts - Unique or Notable Requirements: - Only original Chemtron bottles are acceptable due to system discontinuation - Technicians must have specialized knowledge and experience with outdated Chemtron FM200 systems - Compliance with all safety, environmental, and security requirements at U.S. Coast Guard Base Galveston - Small business set-aside under NAICS 92216 (Fire Protection) - Place of Performance and Delivery: - Pickup: 3000 Fort Point Rd, Galveston, TX (USCGC Donald Horsley) - Delivery: 1360 Stedman St, Ketchikan, AK (USCGC Bailey Barco) - Contracting Office: SFLC Procurement Branch 1, 300 East Main St, Norfolk, VA - Period of Performance: - Completion required by May 15, 2026; standard working hours, Monday through Friday, 0730-1600
Description
<!DOCTYPE html> Enhanced Readability Document 52000QR260024318 USCGC BAILEY BARCO FM200 INSPECTION
INTENT: Vendor shall receive 02 Chemtron bottles from Coast Guard cutter Donald Horsley in Galveston, Texas, perform all required maintenance to refurbish bottles, refill, and ship to Coast Guard Cutter Bailey Barco in Ketchikan, AK.
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 52000QR260024318 USCGC BAILEY BARCO FM200 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 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.
THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUESTS THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:
The contractor shall provide 52000QR260024318 USCGC BAILEY BARCO FM200 INSPECTION.
SCOPE OF WORK
CGC BAILEY BARCO EDG SPACE FM200 Bottle Replacement
SCOPE
Vendor shall receive 02 Chemtron bottles from Coast Guard cutter Donald Horsley in Galveston, Texas, perform all required maintenance to refurbish bottles, refill, and ship to Coast Guard Cutter Bailey Barco in Ketchikan, AK.
BACKGROUND
The Chemtron FM200 system on earlier FRCs has been discontinued. The only available source of parts are provided by the FRC fleet itself, sent to a vendor with the capability to refurbish them and send them back out. Technicians must have specific knowledge and experience with this outdated system.
REFERENCES
CG-DWG-154-WPC_555_201 FIXED FIRE EXTINGUISHING SYSTEM CG-TP-8095_555_A FIRE PROTECTION SYSTEM, FM-200 - DESIGN, INSTALLATION, OPS & SVC MANUAL MPC N31025.D FM200 CYLINDER REPLACE
REQUIREMENTS
Vendor shall receive 02 Chemtron bottles picked up from Galveston, Texas, perform all required maintenance to refurbish bottles, refill with the required amount of agent, provide certified repaired bottles, package, and ship to CGC Bailey Barco in Ketchikan, AK. Once received, the Barco crew will install on the cutter. For additional information or requirements, coordinate with SFLC Contact CWO Travis Batman at Travis.j.batman@uscg.mil or 207-405-1231.
The bottles supplied will be from the Coast Guard in Galveston. There is no suitable alternative at this time other than the original Chemtron 40lb bottles installed when the cutter was constructed.
Contractor shall pick up bottles at:
3000 Fort Point Rd Galveston, TX 77550
Contractor shall ship repaired bottles to:
1360 Stedman St Ketchikan, AK 99901
Period of Performance for completion of bottles is 15 MAY 2026. Working hours are Mon-Fri 0730-1600.
Parts replaced shall be warrantied against manufacturing and installation defects for a minimum of one year.
Contractor shall comply with all required base access/security requirements and applicable local, state, and federal safety and environmental regulations.
ADDITIONAL INFORMATION:
FAR 52.237-1 Site Visit: Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. Failure to inspect shall not constitute grounds for a claim after award.
Controlled Unclassified Information: JCP certification is required for U.S. or Canadian contractors seeking access to unclassified technical data disclosing militarily critical technology under the control of or in possession of the U.S. Department of Defense (DOD) or the Canadian Department of National Defense (DND).
ORAL MODIFICATION: No oral statement by anyone other than the contracting officer shall modify or affect the terms of this contract.
ACCEPTANCE CRITERIA: Criteria evaluated for payment approval. The government will review work in its entirety prior to invoice approval.
GOVERNMENT FURNISHED ITEMS AND SERVICES:
Utilities: The Government will provide 2 Chemtron 40 LB bottles to be refurbished.
CONTRACTOR FURNISHED ITEMS, SERVICES, AND RESPONSIBILITIES:
General: The Contractor shall furnish all equipment and services required to perform work under this SOW, other than those explicitly addressed as government furnished services.
The Contractor shall report to the designated work site on the date specified in the written notification by the Contracting Officer. No other individual has authority to direct the Contractor to begin work, other than a warranted Contracting Officer.
Contractor Equipment: Vehicles and trucks holding or capable of holding hazardous materials left on Base Galveston premises must display the Contractor’s contact information in the driver’s side window, including a 24/7/365 Emergency Contact Number. If a tank is left on the premises, the Emergency Contact Number must be painted on the tank in a prominent location. The government assumes no liability for vehicles or tanks left on Base Galveston. The POC will coordinate approved storage locations.
Safety and Regulations: The Contractor will follow 29 CFR 1915 (OSHA Shipyard Industry Standard), 16 CFR 1303, 29 CFR 1910, 29 CFR 1915.1025, 29 CFR 1926.62, 15 U.S.C. 2601, while performing work at the U.S. Coast Guard Base Galveston.
Safety Equipment: The Contractor will provide all necessary personnel safety equipment, including safety helmets and glasses with side shields, meeting OSHA standards. All safety equipment shall comply with OSHA guidelines.
Emergency Services: Base Galveston offers 24-hour first aid and spill response. For emergencies, the Contractor may call the Base Officer of the Day at 409-682-0142. Injuries must be reported immediately with a written report to the COR.
Environmental Protection Requirements: The Contractor shall comply with all federal, state, and local environmental laws, including EPA regulations (40 CFR series) and Base Galveston policies.
Transport and Disposal: The Contractor must properly remove and dispose of all materials in accordance with applicable laws. Responsibilities include:
Immediate notification of spills to the Cutter’s Officer of the Day. Follow Base Galveston Response Plan during operations. Notify the Base Environmental Specialist of activities that could cause environmental violations. Responsible for transportation and disposal of waste, submitting disposal site approvals and waste manifests. Use covered dumpsters if applicable. Only the Base Galveston Environmental Department is authorized to sign hazardous waste manifests.
Interested vendors shall provide product/service details, product data sheets, and a cost breakdown per the SOW for technical review. Vendors must include all specifications for review by a technical representative.
NOTE: The USCG/Government reserves the right to award on an all-or-none basis, issuing a purchase order to the lowest responsible offeror for the total price.
Evaluation criteria are outlined in FAR 52.212-2, with the following considerations:
Warranty information Registration in www.sam.gov
The award will be based on the most advantageous and best value to the Government, considering price and other factors.
Interested offerors must submit a firm fixed-price quotation on company letterhead, including:
Cost Breakdown Unit Cost Extended Price Total Price Payment Terms Prompt Payment Discount Company UEI and Cage Code
Quotes are due no later than April 22, 2026, at 09:00 A.M. EST. Send via email to Contracting Officers Joshua Miller and Tim Ford at TIMOTHY.S.FORD@USCG.MIL and Joshua.N.Miller@uscg.mil.
Questions should be directed to the same contacts.
The following FAR clauses and provisions apply:
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 as applicable include:
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 (Oct 2022) FAR 52.225-13 - Restrictions on Foreign Purchases (Feb 2021) FAR 52.232-33 - Payment by Electronic Funds Transfer (Oct 2018) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract (Oct 2004)
NOTE: Please review the attached FAR Clause Matrix for all applicable clauses.
Concerning representations and certifications, this solicitation includes FAR 52.204-7 and FAR 52.204-8. Contractors must complete these electronically via SAM before submitting a quote.