Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2026 SAM #8826
SOLICITATION NOTICE

20 -- USCG PATOKA MOLD REMEDIATION AND RE-INSULATION

Notice Date
1/23/2026 12:27:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08526Q0001423
 
Response Due
2/5/2026 8:00:00 AM
 
Archive Date
02/20/2026
 
Point of Contact
DONNA O'NEAL, Phone: 5103931145, ULISES BALMACEDA, Phone: 2068200307
 
E-Mail Address
Donna.J.O'Neal@uscg.mil, Ulises.O.Balmaceda@uscg.mil
(Donna.J.O'Neal@uscg.mil, Ulises.O.Balmaceda@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This RFQ had been extented to close on 02/05/2026 to give an opportunitty to all vendors to do cite visit for this requirenment. Please feel free to contact the below POC if requesting any cite visit: michael.d.zimmer2@uscg.mil MKC Michael Zimmer WLR/WLM Asset Manger USCG Surface Forces Logistics Center 2401 Hawkins Point RD Baltimore, MD. 21226 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 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. 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. OBJECTIVE The goal is to return CGC PATOKA air quality and habitability conditions to acceptable conditions. APPLICABLE DOCUMENTS 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 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. The Contractor shall remove all overhead and bulkhead panels in the following spaces (all square footage is an estimate): Bridge (234 sq. ft.) OIC Stateroom (330 sq. ft.) CPO Stateroom (275 sq. ft.) CPO Head (40 sq. ft.) CPO Passageway (25 sq. ft) Main Deck Passageway Log Office (182 sq. ft.) Crew Berthing (490 sq. ft.) Crew Head (84 sq ft) Laundry (91 sq. ft.) Galley (79.6 sq. ft.) Messdeck (240 sq. ft.) 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. The Contractor shall remove and dispose of all existing insulation in areas designated in section 2.1.1. The Contractor shall remove all existing wood support beams in areas designated in section 2.1.1. The Contractor shall test for mold in in areas designated in section 2.1.1.. The Contractor shall remediate all mold discovered. Contractor shall use industry standard means of remediation that are approved by federal and state agencies governing mold remediation. The Contractor shall conduct mold testing to the areas designated in section 2.1.1 to ensure mold was properly remediated. Testing shall include industry standard means of surface testing as well as air quality testing in the designated spaces in section 2.1.1. 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. Reinsulating and Paneling 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. Removal. The Contractor shall remove all existing insulation material over the designated pipe surfaces, including associated pipe hangers, valves, fittings, and flanges. 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. 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). 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. The Contractor shall install new wood support beams in areas designated in section 2.1.1. 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. The Contractor shall install new aluminum false bulkhead paneling in areas designated in section 2.1.1.. The Contractor shall reinstall any interferences and ensure electrical components have the proper covers installed. CONTRACTOR PERSONNEL 3.1 The Contractor shall provide qualified personnel to perform all requirements specified in this SOW. OTHER APPLICABLE CONDITIONS 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 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. 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 List of known suppliers. Below is a list of known manufacturers/suppliers: 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
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/91c837220bb44a91aa59e58648aea4c0/view)
 
Place of Performance
Address: Greenville, MS 38701, USA
Zip Code: 38701
Country: USA
 
Record
SN07695642-F 20260125/260123230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.