Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY
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.
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
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.
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.
The goal is to return CGC PATOKA air quality and habitability conditions to acceptable conditions.
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
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.
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.
3.1 The Contractor shall provide qualified personnel to perform all requirements specified in this SOW.
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:
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.
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
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
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.