Mississippi Bids > Bid Detail

USCGC PATOKA Mold Remediation

Agency:
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Opps ID: NBD00159794007400576
Posted Date: Oct 3, 2023
Due Date: Oct 10, 2023
Source: https://sam.gov/opp/4aaebf8adf...
Follow
USCGC PATOKA Mold Remediation
Active
Contract Opportunity
Notice ID
70Z08523Q23404
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 2(00085)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Oct 03, 2023 10:58 am PDT
  • Original Date Offers Due: Oct 10, 2023 12:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Greenville , MS 38701
    USA
Description

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 70Z085-23-Q23404 and is issued as a request for quotations (RFQ). This announcement constitutes the 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 Januarary 29, 2013. The NAICS Code is 336611. The small business size standard is 1250. This is a total 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 1200pm Pacific Time, OCT 10th, 2023, and will be reviewed by the Government.





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



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, for approximately 1510 square feet of overhead and bulkhead insulation that needs to be removed and remediated of any mold behind the insulation.








    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 and remediate mold.








    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






  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 the overhead and bulkhead panels to access areas suspected of mold.

      2. The Contractor shall remove and dispose of insulation

      3. The Contractor shall test the identified areas for mold in the following areas.

        1. Crew Berthing –Approximately 490 square feet

        2. OIC Stateroom & Head: Approximately 330 square feet


















        1. Laundry –Approximately 91 square feet

        2. Mess deck –Approximately 240 square feet

        3. Crew Head –Approximately 84 square feet

        4. CPO Berthing –Approximately 275 square feet.
















      1. The Contractor shall remediate all mold discovered in the areas identified in section 2.1.3.

        1. Contractor shall use industry standard means of remediation that are approved by federal and state agencies governing mold remediation.



      2. The Contractor shall conduct mold testing to the areas designated in section 2.1.3 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 2.1.3.



      3. 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. CONTRACTOR PERSONNEL





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








  1. OTHER APPLICABLE CONDITIONS





4.1 PERIOD of Performance



The period of performance for this contract shall not exceed 7 calendar days from the date of award.





4.2 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.





4.3 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.





4.4 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.





Delivery Address:



USCGC PATOKA (WLR 75408)



1797 Harbor Front RD



Greenville, MS 38701





Questions and quotes shall be emailed to Eric.T.Foster@uscg.mil and Chad.E.Wondrash@uscg.mil. Contractors are responsible for verifying receipt of quotes.



INTERESTED VENDORS PLEASE SIGN AN OFFICIAL QUOTE WITH A SAM.GOV REGISTERED DUNS NUMBER AND EMAIL TO Eric.T.Foster@USCG.MIL and Chad.E.Wondrash@uscg.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 03, 2023 10:58 am PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >