USNS MARY SEARS

T-AGS 65

GENERAL REQUIREMENTS SOLIC NO.: MLL-16-T65-0001

ITEM NO.: 0604CP7CATEGORY “A” April 25, 2016

ANNUAL FIXED AND PORTABLE FIRE FIGHTING CERTIFICATION USMMI/MLL/RCS

1.0ABSTRACT:

1.1This item describes the requirements for the Annual Inspection and Certification of the Fixed Firefighting Systems, Portable Fire Extinguishers,Fire and Smoke Detection System and AFFF System.

1.2All inspections and certifications shall satisfy USCG certification and ABS Class requirements.

2.0REFERENCES / ENCLOSURES:

2.1References:

2.1.1MSC Drawing 085-6782692; Damage Control Plan

2.1.2Technical Manual: T9555-B5-MMC-010/03670, Fire Suppression System Model R-102

2.1.3Technical Manual: T9555B4-MMC010, Fire Suppression Systems, Halon 1301/CO2

2.1.4Technical Manual: T-AGS60CL, Fixed Flooding System HALON 1301

2.1.5Technical Manual: T9555CB-MMC01A/4W548, Aqueous Film Forming Foam System

2.1.6Technical Manual: T9555B1-MM0010/63544 Detection System, Fire Model System 3

2.1.7U.S. Coast Guard Navigation and Vessel Inspection Circular (NAVIC) No: 3-95

2.2Enclosures: None

3.0ITEM LOCATION / DESCRIPTION:

3.1Location / Quantity / Description:

3.1.1Various Locations onboard the vessel

3.1.1.1Main Generator Room3-80-0 Fixed Halon System

  • Location: Forward Pump Room 3-54-0
  • Manufacturer: Ansul
  • 1 each 50-lb CO-2 cylinders / Kidde 487 Series
  • 2 each 600-lb HALON 1301 cylinders with 600-lbs of HALON
  • 1 each 30-Second CO-2 time delay valve
  • 4 each ventilation fan pressure switches
  • 1 each ½ inch globe valve
  • 1 each lever activator
  • 2 each dual/triple control boxes located in Forward Pump Room
  • 2 each pressure operated sirens
  • 6 each 1 ½ inch 4-port nozzles
  • 1 each remote actuator located in the AC flat 2-80-0
  • 1 each remote actuator located in MCSC 2-80-0
  • 6 each motor actuated louver type fire dampers

3.1.1.2Paint Locker’s Fixed Halon System

  • Location:01-111-4
  • Manufacturer: Ansul
  • 1 each 33-lb HALON 1301 cylinderswith31-lbs of HALON
  • 1 each 30 Second CO-2 time delay cylinders
  • 1 each level activator
  • 1 each pressure activated siren
  • 1 each ½ inch globe valve
  • 1 ½ inch 2-port nozzle
  • 1 each ventilation fan pressure switch
  • 2 each motor actuated louver type fire damper

3.1.1.3Emergency Generator Room – Fixed Halon System

  • Location: 01-111-2
  • Manufacturer: Ansul
  • 1 each 90-lb HALON 1301 cylinder with 75-lb of HALON
  • 1 each 50-lb CO-2 cylinders / Kidde 487 Series
  • 1 each 30 Sec CO-2 time delay cylinders
  • 1 each CO2 activated pressure switches
  • 1 each 11/2 inch globe valve
  • 1 each lever activator in Damage Control Timber Store Rom 01-111-6
  • 1 each CO2 activated siren
  • 1 each 4/4 inch 4-port nozzle
  • 1 each remote actuator near entrance to Emergency Generator Room
  • 2 each motor actuated louver type fire damper

3.1.1.4Propulsion Motor Room – Fixed Halon System

  • Location:2-136-0
  • Manufacturer: Ansul
  • 1 each 600-lb HALON 1301 cylinders with 550-lbs of HALON
  • 1 each 50-lb CO-2 cylinders
  • 1 each 30-Second CO-2 time delay cylinders
  • 1 each ventilation fan

3.1.1.5Propulsion Motors – Fixed CO2 System

  • Location: 2-136-1
  • Manufacturer: Hiller System Inc.
  • 2 each 50-lb CO-2 cylinders (1) per motor
  • 1 each 30-second CO-2 time delay cylinders
  • 1 each local manual release station
  • 1 each remote manual release station
  • 1 each pneumatic switch DPST
  • 1 each ½ inch sealed nozzle
  • 1 each pressure operated siren
  • 4 each ventilation fans (2) per motor

3.1.1.6Propulsion Motors – Fixed Hose Reel System

  • Location: 2-136-1
  • Manufacturer: Hiller System Inc.
  • 1 each 100-lb CO-2 cylinders hose reel
  • 1 each 30-second CO-2 time delay cylinders
  • 1 each local manual release station
  • 1 each remote manual release station
  • 1 each pneumatic switch DPST
  • 1 each ½ inch sealed nozzle
  • 1 each pressure operated siren

3.1.1.7Bow Thruster Motor - Fixed System

  • Location: 4-15-0
  • Manufacturer: Hiller System Inc.
  • 1each 50-lb CO-2 cylinders
  • 1 each 30-second CO-2 time delay cylinders
  • 1 each local manual release station
  • 1 each remote manual release station
  • 1 each pneumatic switch DPST
  • 1 each ½ inch sealed nozzle
  • 1 each pressure operated siren

3.1.1.8Galley Fixed System- Gaylord Hood R-102 Fire Suppression System

  • 1 each 3 gallon Ansulex Low PH Liquid
  • 1 each cartridge assembly LT-30-R
  • 1 each 250 degree thermostat shutdown for exhaust fan 02-87-1
  • 1 each remote pull box in passageway 01-65-1
  • 3 each fusible links set at 360 degrees F
  • 2 each fusible links set at 165 degrees F for cookson rolling doors

3.1.1.9Fixed Foam System – AFFF with 100 gallon bladder

  • Location: Aft Pump Room 3-104-0
  • Manufacturer: Halter Marine Inc.
  • Services Generator Room & Emergency Generator Room Model Number: 555-6798345
  • 3 each 1½ inch 50 ft. hose reels with hand line nozzles
  • 20 each 360 spray pattern nozzles

3.1.1.10Portable Fire Extinguishers 136 total

  • 51 each15-lb CO2
  • 39 each, 10-lb DC
  • 8each, 20-lb PKP
  • 5 each, 10-lb PKP
  • 17 each 10-lb Dry Chemical
  • 9each, 20-lb Dry Chemical
  • 7 each, 2.5-lb Dry Chemical

3.1.1.11 Fire Detection System – Pyrotronics Type: System 3 Model PS-35

  • 21 zones
  • 119 each Ionization Smoke detectors Model DI-13
  • 12 each Thermal Detector set at 135 degrees F
  • 7 each Thermal Detector set at 200 degrees F
  • 5 each 10inch bells
  • 3 each strobe lights
  • 26Manual Pull Stations

4.0USMMIFURNISHED EQUIPMENT/MATERIAL/ SERVICES and INFORMATION:

4.1USMMI Furnished Equipment (USMMIFE): None

4.2USMMI Furnished Material (USMMIFM): None

4.3USMMI Furnished Services (USMMIFS): None

4.4USMMI Furnished Information (USMMIFI):

4.4.1Required drawings, manuals and the last annual servicing report are available in the Resources & Drawings folder 0604 and on board the ship

5.0NOTES:

5.1The Contractor and all Sub-Contractors, regardless of tier, must consult the General Technical Requirements (GTR) to determine applicability to this work item. In performance of this work item, the Contractor and all Sub-Contractors regardless of tier must comply with the requirements of all applicable GTR's including but not limited to GTR's 1 through 7 and 21 through 29. GTRs can be retrieved from the Internet at the following URL:

5.2The Contractor shall comply with all requirements of equipment Tag-Out Program as established by COMSCINST 3540.6, as amended, section 15.2.2, Engineering Operations and Maintenance Manual. The Chief Engineer is to administer the Tag-Out Program. Prior to the start of work, the Contractor shall contact the USMMI Port Engineer and / or the Chief Engineer to coordinate the implementation of the Tag-Out Program for the entire performance period of this item. The Prime Contractor shall be responsible for compliance by both Prime and Sub-Contractor personnel.

5.3Any additional work will require a Change Order (with costs associated) submitted to the Port Engineer for approval, before the additional work is performed.

5.4Prior to initiating any work on the any systems, de-energize and tag-out all sources of electrical power to the circuits and ventilation involved in this Work Item. Restore electrical power upon the completion of all aspects of this Work Item.

6.0QUALITY ASSURANCE REQUIREMENTS:

6.1All work shall be to the satisfaction of the Chief Engineer and designated On-site USMMI Representative (Port Engineer).

6.2Upon completion of work, the worksite shall be inspected by the Chief Engineer and the designated On-site USMMI Representative (Port Engineer).

6.3All materials, spares and repairs shall be in accordance with Manufacturer’s Specifications and Procedures and comply with the applicable NFPA requirements and DOT regulations.

6.4All workmanship, materials and testing shall be in accordance with the latest SOLAS, ABS Rules for Building and Classing Steel Vessels and shall be completed to the satisfaction of the ABS Surveyor and USMMI On-Site Representative (Port Engineer). Quality Assurance requirements shall be in accordance with MSC GTR No 3 – Tests, Inspections, Trials and Certificates.

7.0STATEMENT OF WORK:

7.1Arrangement / Outfitting:

7.1.1Provide all material and special equipment. Make all removals and restorations. Remove and replace all interferences, rig and unrig, stage and unstage, make all disassemblies and subsequent reassemblies, provide and operate equipment, and supply all services and assistance to accomplish the work. Material, unless specifically stated as Maersk Line Limited Furnished Material, USMMIFM, shall be supplied by the Contractor.

7.1.2The Contractor is to complete the annual servicing on the ship’s firefighting equipment using the guidance in references 2.1.1 to 2.1.7.

7.1.3Chief Engineer shall secure all systems to ensure they are isolated and danger-tagged / locked-out prior to starting work.

7.1.4Contractor shall perform in-place weight tests of the CO2 and HALON Cylinders for the four (4) independent HALON 1301 Fixed Firefighting Systems as described in paragraph 3.1 and references 2.3 and 2.4. Contractor may use the alternative testing and inspection requirements of reference 2.7. Paragraph 3.1 and reference 2.3 and 2.4 outlines the quantities, type and sizes of the cylinders installed onboard the vessel. For the HALON Systems, the Contractor shall check the accuracy of each cylinder pressure gauges and calibrate as required. The service report shall document if the gauges required calibration and how far the gauges were out of calibration. The piping systems are to be blown out using dry air or carbon dioxide. Before blowing out the system temporarily remove the dust caps, dirt traps and pressure operated control heads from the HALON cylinders.After the systems have been blown down, reconnect the control heads, and reinstall the dirt traps and dust caps.

7.1.5Contractor shall perform in-place weight tests of the CO2 cylinders for the three (3) independent CO2 Fixed Firefighting Systems as described in paragraph 3.1 and reference 2.1 and 2.3. All CO2 cylinder hoses are to be hydrostatically tested in accordance with the applicable NFPA regulations. After testing each hose is to have a metal tag installed indicating date tested and the pressured which was applied. The piping system is to be blown out using dry air or carbon dioxide. Before blowing out the system temporarily remove the dust caps, dirt traps and pressure operated control heads from the CO2 cylinders. After the systems have been blown down, reconnect the control heads, and reinstall the dirt traps and dust caps.

7.1.6Contractor shall perform in-place weight testing of the one (1) each aqueous potassium carbonate (APC) cylinder for the Range Guard Fixed Firefighting System installed in the Galley (01-65-1). Contractor shall procure and replace the 360-degree Fahrenheit fusible links, three (3) total; that are present and properly installed in the system control cable. The existing fusible links are to be given to the chief mate for disposition.

7.1.7The Contractor shall test the local and remote controls, time-delay mechanisms; pressure operated sirens, pneumatic switches and ventilation shutdowns, where applicable, for the Fixed Firefighting Systems. Contractor shall provide a suitable test medium (i.e. nitrogen or compressed air) for accomplishing the tests. Preferred method is to use the same size actuation cylinder as associated with each system.

7.1.8Contractor shall visually inspect the cylinders, hoses, fittings, time-delay mechanisms, pneumatic actuators and switches, pressure operated sirens, remote pull stations, discharge nozzles, etc. for the Fixed Fire Fighting Systems for any evidence of damage or deterioration.

7.1.9Contractor shall perform weight tests and or annual servicing of 136 portable fire extinguishers listed paragraph 3.1 and enclosure 1. Contractor shall visually inspect the portable fire extinguishers for any evidence of damage or deterioration. The contractor is required to conduct Hydrostatic testing on nine (9) portable 10 lbs. Dry Chemical extinguishers. Extinguishers are to be discharged, visually inspected, hydrostatically tested, refilled and stamp in accordance with the DOT regulations. The facility performing the hydrostatic testing must be a US DOT approved facility and a copy of the approval letter must be provided.

7.1.13Contractor shall attach a tag to each cylinder and each portable fire extinguisher in listing the cylinder / extinguisher weight, weight of charge, hydrostatic test date stamped on the cylinder/extinguisher, inspection date and inspecting activity. .

7.1.14Contractor shall install new lead seals on all cylinders / extinguishers where the existing seals are found to be missing or damaged.

7.1.15Contractor shall test the fire and smoke detection system installed onboard the vessel. Testing shall be coordinated with the Ship's Chief Mate. Reference 2.6 describes the Pyrotronics Model "System 3" Fire and Smoke Detection System that is installed onboard the vessel. Testing shall include a demonstration of the proper operation of each of the following components:

Master Fire Alarm Annunciator Panel

Remote Fire Alarm Annunciator Panel

One (1) Battery Module in cabinet

Five (5) Fire Alarm Bells

Two (2) Strobe Lights

119IonizationSmoke Detectors

19 Thermal Detectors

26 Manual Pull Stations

7.1.16Contractor shall service the fixed AFFF System. Contractor is required to inspect all components of the system including the operations of all valves locally and remotely and test the system for the regulatory bodiesand to be witnessed by the Master and USMMI Port Engineer.

7.2Structural: None additional

7.3Mechanical / Fluid: None additional

7.4Electrical: None additional

7.5Electronics: None additional

7.6Preparation of Drawings / Documents:

7.6.1One (1) original and one (1) paper copy of any Completion Report / Certifications shall be provided to the Ship’s Master.

7.6.2One copy of all Certificates and Completion Reports / Invoices shall be provided to the On-site USMMI Port Engineer.

7.6.3A Completion of Work Report describing all work that was performed including name of manufacturers, description of systems, locations on the ship, size, actual cylinder gross and tare weights in lbs., serial numbers, pressure gauge readings, room temperature readings, agent type, and any measurements performed, parts replaced, repairs performed, pictures of work performed, last hydrostatic test dates, last six year service date, foam test resultsand any other pertinent data shall be delivered to the Port Engineer upon completion of all work.

7.6.4An electronic scan version, in PDF format, of any Certifications and Service Reports shall be e-mailed to nd the chief engineer at .

7.7Inspection / Test:

7.7.1Demonstrate the proper operation of all firefighting systems, as required for the USMMI Port Engineer and the local Regulatory Bodies onboard (ABS and USCG).

7.7.2All work to be completed to the satisfaction of the Chief Mate, Chief Engineer and On-Site USMMI Representative (Port Engineer).

7.8Painting: None additional

7.9Markings: None additional

7.10Manufacturer’s Representative: None

8GENERAL REQUIREMENTS:

8.6The Contractor shall provide all labor, materials, staging and tools required to accomplish this specification, except as specified in Section 4.0.

8.7The Contractor shall remove and reinstall interferences necessary to accomplish this specification.

8.8Inspection and acceptance of all work shall be by the Chief Mate and the designated On-site USMMI representative (Port Engineer).

8.9No additional work is to be accomplished without prior written approval by the Contracting Officer, Purchasing Manager or USMMI Port Engineer. The USMMI Contracting Officer, USMMI Purchasing Manager or USMMI Port Engineer is the only persons authorized to give the Contractor authorization to proceed with growth or new work. The USMMI Port Engineer is the single point of contact authorized to address technical questions.

8.10A Completion of Work Report describing all work that was performed including any measurements performed, pictures of work performed and any other pertinent data shall be delivered to the Port Engineer upon completion of all work.

8.11All areas involved in work or traversed by workmen or equipment shall be left clean and in good order.

VR16-00860604 - 1