Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    USCG PATOKA MOLD REMEDIATION AND RE-INSULATION

    Sol. 70Z08526Q0001423Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)ALAMEDA, CA
    Closed
    STATUS
    Closed
    closed Jan 27, 2026
    POSTED
    Jan 13, 2026
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    2090
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking quotations for mold remediation and re-insulation services for the USCGC PATOKA. The contractor will provide all necessary labor, materials, and tools to remove existing insulation, remediate mold, and install new aluminum panels. This opportunity is set aside for small businesses and follows simplified acquisition procedures.

    Contract details

    Solicitation No.
    70Z08526Q0001423
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    January 13, 2026
    Response Deadline
    January 27, 2026
    NAICS Code
    336611AI guide
    PSC / Class Code
    2090
    Sub-Agency
    US COAST GUARD
    Primary Contact
    DONNA O'NEAL
    State
    CA
    ZIP Code
    94501
    AI Product/Service
    service

    Description

    This is a combined synopsis/solicitation

    This is a combined synopsis/solicitation for commercial items/services 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 70Z08526Q0001423 and is issued as a request for quotations (RFQ). This announcement constitutes 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 totally 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. All responses from interested vendors must be received on/before 0800 Pacific Time, January 27th, 2026, and will be reviewed by the Government.   

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

    Contractor shall provide parts requested for USCGC PATOKA Mold Remediation Spare Parts:

     STATEMENT OF WORK (SOW)

    FOR

    USCGC PATOKA MOLD REMEDIATION AND REINSULATION

    PATOKA discovered mold in their berthing and common areas and has an immediate need for technical support for tasks outlined in this Statement of Work (SOW).

    1.0 GENERAL

      1. Background 

    The 75’ WLR asset, USCGC PATOKA, had a previous mold remediation completed were contractors removed and replaced approximately 1510 square feet of overhead and bulkhead insulation and panels. However, the contractor did not fill all the air gaps between the false bulkhead and the bulkhead, leaving room for air to condensate on the panels.  The contractor also installed the incorrect panels, using a type of steel instead of aluminum, this steel paneling has begun to rust as moisture condenses on the panels.  

      1.  Scope 

    The scope of this contract is defined by the efforts and tools required to support USCGC PATOKA (WLR 75408). The Contractor shall provide all labor, materials, and tools necessary to remove insulation, remediate mold (if found), reinsulate leaving no air gaps between false bulkhead and bulkhead, and install new aluminum panels.

      1. OBJECTIVE

    The goal is to return CGC PATOKA air quality and habitability conditions to acceptable conditions.

      1. APPLICABLE DOCUMENTS

        1. Compliance Documents

    The following documents provide specifications, standards, or guidelines that must be complied with in order to meet the requirements of this contract:

                   

    Surface Forces Logistics Center Standard Specification (SFLC Std Spec) 0000, 2022, General Requirements

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

    ASTM International (ASTM) F683, 2003, Standard Practice for Selection and Application of Thermal Insulation for Piping and Machinery

    NAVSEA Drawing 804-5959214, Rev-, Piping Insulation - Installation Details

    1. SPECIFIC REQUIREMENTS/TASKS

    Unless otherwise stated, this contract applies to on-site support for USCGC PATOKA (WLR 75408) in GREENVILLE, MS.

    2.1 Remediate Mold

    The Contractor shall perform any inspections or evaluations, as deemed necessary, to determine best path forward prior to commencing work.

        1. The Contractor shall remove all overhead and bulkhead panels in the following spaces (all square footage is an estimate):
          1.   Bridge (234 sq. ft.)
          2.   OIC Stateroom (330 sq. ft.)
          3.   CPO Stateroom (275 sq. ft.)
          4.   CPO Head (40 sq. ft.)
          5.   CPO Passageway (25 sq. ft)
          6.   Main Deck Passageway
          7.   Log Office (182 sq. ft.)
          8.   Crew Berthing (490 sq. ft.)
          9.   Crew Head (84 sq ft)
          10. Laundry (91 sq. ft.)
          11. Galley (79.6 sq. ft.)
          12. Messdeck (240 sq. ft.)
        2. The contractor shall remove any interferences such as structures, lights, outlets, speakers, and alarms and work with the Engineer Petty Officer (EPO) or the EPO’s designated representative to ensure power is properly secured before removal.
        3. The Contractor shall remove and dispose of all existing insulation in areas designated in section 2.1.1.
        4. The Contractor shall remove all existing wood support beams in areas designated in section 2.1.1.
        5. The Contractor shall test for mold in in areas designated in section 2.1.1..
        6. The Contractor shall remediate all mold discovered.
          1. Contractor shall use industry standard means of remediation that are approved by federal and state agencies governing mold remediation.
        7. The Contractor shall conduct mold testing to the areas designated in section 2.1.1 to ensure mold was properly remediated.
          1. Testing shall include industry standard means of surface testing as well as air quality testing in the designated spaces in section 2.1.1. 
        8. The Contractor shall install plastic sheeting to all the areas where the bulkhead and overhead panels were removed to prevent insulation dust/debris falling on the crew while underway.

    2.2 Test Thoroughly and Document

    The Contractor shall ensure the cutter is fully remediated of mold by preforming a walkthrough of all spaces identified in section 2.1.3. with the Engineer Petty Officer (EPO) or the EPO’s designated representative.

    2.2.1    The Contractor shall provide a trip report documenting all findings no later             than 7 days after returning to the home office.

      1. Reinsulating and Paneling
        1. Protective measures. The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion of work, the Contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness.
        2. Removal. The Contractor shall remove all existing insulation material over the designated pipe surfaces, including associated pipe hangers, valves, fittings, and flanges.
        3. New insulation installation - interior refrigerant, hot water and cold and chill water piping systems (Temperature Range: -20 to +180 Deg. F). The Contractor shall install new insulation material over the exposed pipe surfaces, including associated pipe hangers, valves, fittings, and flanges, in accordance with details in NAVSEA Drawing 804-5959214; select appropriate insulation materials and thicknesses for the application and temperature ranges specified in ASTM F683, Tables S1.1 and 5.
        4. Preservation. The Contractor shall paint the newly installed insulation system, in accordance with SFLC Std Spec 6310, using the system specified for “Insulation Surfaces, Fiberglass Sheet/Closed Cell PVC Foam” in Appendix B (Cutter and Boat Interior Paint Systems).
        5. Operational test, post repairs. After completion of work, the Contractor shall thoroughly test, in the presence of the Coast Guard Inspector and demonstrate all items or shipboard devices that have been disturbed, used, repaired, altered, or installed to be in satisfactory operating condition. Submit a CFR.
        6. The Contractor shall install new wood support beams in areas designated in section 2.1.1.
        7. The Contractor shall install new bulkhead insulation that fills the air gap between the false bulkhead panels and the bulkhead meeting Coast Guard Specification 164.109/37/0 in areas designated in section 2.1.1.
        8. The Contractor shall install new aluminum false bulkhead paneling in areas designated in section 2.1.1..
        9. The Contractor shall reinstall any interferences and ensure electrical components have the proper covers installed.

    1. CONTRACTOR PERSONNEL 

    3.1          The Contractor shall provide qualified personnel to perform all requirements specified in this SOW.

    1. OTHER APPLICABLE CONDITIONS

      1. Interferences

    The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3. (Interferences). Known interferences include, but are not limited to the following:

    • Outlets
    • Lighting
    • Fan units
    • Alarms
    • Speakers
    • Switches
    • Windows

      1. PERIOD of PERFORMANCE: 16FEB2026-02MAR2026

    The period of performance for this contract shall not exceed 14 calendar days from the date of award unless approved by the contracting officer.

    4.3 PLACE OF PERFORMANCE 

    The primary place of performance will be at CGC PATOKA at 1797 Harbor Front RD, Greenville, MS 38701 unless an alternate location is approved by the Coast Guard.

    4.4 HOURS OF OPERATION

    Contractor employees shall generally perform all work between the hours of 0730 and 1600 EST, Monday through Friday (except Federal holidays).  However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this SOW. Precise times may be negotiated with the cutter Engineer Petty Officer (EPO) as scheduling is subject to ship’s operations. 

    4.5 TRAVEL 

    Contractor travel may be required to support this requirement.  All travel required by this task shall be provided by the Contractor at no expense to the Government.

    5.0 GOVERNMENT FURNISHED RESOURCES

    NONE

    6.0 CONTRACTOR FURNISHED PROPERTY 

    The Contractor shall furnish all materials, equipment, and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources specified in Section 5.0.

    1. GOVERNMENT ACCEPTANCE PERIOD

    The EPO will inspect deliverables prior to acceptance and provide the contractor with an e-mail that provides documented reasons for non-acceptance.  If the deliverable is acceptable, the EPO will send an e-mail to the Contractor notifying it that the deliverable has been accepted.             

    8.0 DELIVERABLES

    The Contractor shall provide a trip report and warranty no later                         than 7 days after returning to the home office.

    9.0 NOTES

      1. List of known suppliers. Below is a list of known manufacturers/suppliers:
        1. Temperature Inc.

    7500Appling Center Dr

    Memphis TX 38133

    (901)388-4706 O

    (901)331-8683 C

    Industrial Commercial Marine(ICM) (410) 771-8070

    Advanced Thermal Products (ATP), Inc. (800) 826-8417

    Key dates

    1. January 13, 2026Posted Date
    2. January 27, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    USCG PATOKA MOLD REMEDIATION AND RE-INSULATION is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.