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 (USCG) Surface Force Logistics Center is seeking proposals for mold remediation and re-insulation services on the USCGC PATOKA (WLR 75408). This requirement addresses mold discovered in berthing and common areas, necessitating the removal of incorrect steel panels and insulation, mold remediation, and installation of new aluminum panels and proper insulation. This is a Total Small Business Set-Aside.
Scope of Work
The contractor shall provide all labor, materials, and tools to:
- Remove existing overhead and bulkhead panels, insulation, and wood support beams in specified areas (Bridge, OIC Stateroom, CPO Stateroom, Crew Berthing, Galley, Messdeck, etc.).
- Test for and remediate all discovered mold using industry-standard methods approved by federal and state agencies.
- Conduct post-remediation mold testing (surface and air quality) to ensure effectiveness.
- Install plastic sheeting to protect the vessel during work.
- Reinsulate with new bulkhead insulation that fills air gaps, meeting Coast Guard Specification 164.109/37/0.
- Install new aluminum false bulkhead paneling.
- Reinstall all interferences (e.g., lights, outlets, alarms) disturbed during the process.
- Comply with SFLC Std Spec 0000, 29 CFR Part 1915, ASTM F683, and NAVSEA Drawing 804-5959214.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price, utilizing Simplified Acquisition Procedures (FAR Part 13.5).
- NAICS Code: 336611 (Ship Building and Repairing), Size Standard: 1250 employees.
- Set-Aside: Total Small Business Set-Aside.
- 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.
- Response Due: February 5, 2026, at 0800 Pacific Time.
- Published Date: January 23, 2026.
Submission & Evaluation
This is a Request for Quotations (RFQ); a written solicitation will not be issued. All responsible sources may submit proposals, which will be reviewed by the Government. Award will be made on a firm-fixed-price basis.
Additional Information
- Site visits are encouraged. Contact MKC Michael Zimmer at michael.d.zimmer2@uscg.mil to arrange.
- The contractor is responsible for furnishing all labor, materials, equipment, and services. No Government Furnished Resources will be provided.
- Deliverables include a trip report and warranty within 7 days of returning to the home office.
- For general inquiries, contact Donna O'Neal (Donna.J.O'Neal@uscg.mil, 510-393-1145) or Ulises Balmaceda (Ulises.O.Balmaceda@uscg.mil, 206-820-0307).