USCG PATOKA MOLD REMEDIATION AND RE-INSULATION
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Coast Guard Surface Force Logistics Center is soliciting quotations for Mold Remediation and Re-insulation Services for the USCGC PATOKA (WLR 75408). This requirement addresses previous failed remediation efforts and aims to restore air quality and habitability on the vessel in Greenville, MS. This is a Total Small Business Set-Aside. Responses are due by 0800 Pacific Time, January 27th, 2026.
Scope of Work
The contractor shall provide all labor, materials, and tools necessary to remediate mold and reinsulate various berthing and common areas on the USCGC PATOKA. This includes:
- Mold Remediation: Inspecting, testing for, and remediating mold in specified spaces (e.g., Bridge, OIC Stateroom, Crew Berthing, Galley, Messdeck). This involves removing existing insulation, wood support beams, and panels, and installing plastic sheeting to prevent contamination. Post-remediation mold testing (surface and air quality) is required.
- Reinsulation and Paneling: Installing new insulation for piping systems and new aluminum bulkhead and overhead panels. Special attention is required to fill air gaps between false bulkheads and bulkheads, meeting Coast Guard Specification 164.109/37/0. All removed interferences (structures, lights, outlets, speakers, alarms) must be reinstalled.
- Testing & Documentation: Conducting operational tests post-repairs and providing a trip report documenting findings and a warranty within 7 days of returning to the home office.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) using Simplified Acquisition Procedures (FAR Part 13.5).
- NAICS Code: 336611 (Small Business Size Standard: 1250 employees).
- Set-Aside: Total Small Business.
- Period of Performance: February 16, 2026 – March 2, 2026 (not to exceed 14 calendar days from award).
- Place of Performance: USCGC PATOKA at 1797 Harbor Front RD, Greenville, MS 38701.
- Hours of Operation: Generally 0730-1600 EST, Monday-Friday, with flexibility as negotiated.
Key Requirements & Standards
Contractors must comply with SFLC Std Spec 0000, 29 CFR Part 1915, ASTM F683, and NAVSEA Drawing 804-5959214. Mold remediation must adhere to industry standards approved by federal and state agencies. The contractor is responsible for furnishing all labor, materials, equipment, and services, including travel expenses. No Government Furnished Resources will be provided.
Submission & Contact
Quotations must be received by 0800 Pacific Time, January 27th, 2026. Primary Contact: Donna O'Neal (Donna.J.O'Neal@uscg.mil, 5103931145). Secondary Contact: Ulises Balmaceda (Ulises.O.Balmaceda@uscg.mil, 2068200307).