Purpose
The U.S. Coast Guard (USCG) is conducting market research to identify qualified vendors capable of performing mold remediation and reinsulation services aboard the USCGC PATOKA (WLR 75408) in Greenville, MS. This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government to procure services.
Responses to this RFI will assist the USCG in determining the availability of qualified sources, refining the scope of work, and developing a potential acquisition strategy.
Background
The USCGC PATOKA has identified mold in its berthing and common areas due to previous remediation efforts that left air gaps between false bulkheads and bulkheads. Additionally, incorrect steel paneling was installed, which has begun to rust due to condensation.
The USCG seeks qualified contractors to remediate mold, reinsulate affected areas, and install new aluminum panels to restore air quality and habitability aboard the cutter.
Scope of Work
The contractor shall provide all labor, materials, and tools necessary to:
- Remove existing insulation, wood support beams, and bulkhead panels in designated spaces.
- Remediate mold using industry-standard methods approved by federal and state agencies.
- Conduct mold testing (surface and air quality) to ensure proper remediation.
- Install new insulation, ensuring no air gaps between false bulkheads and bulkheads.
- Install new aluminum bulkhead panels.
- Reinstall interferences such as outlets, lighting, alarms, speakers, and switches.
- Conduct post-repair operational testing to ensure satisfactory conditions.
Period of Performance
The anticipated period of performance is 14 calendar days from the date of award.
Place of Performance
The work will be performed aboard USCGC PATOKA, located at:
1797 Harbor Front Rd, Greenville, MS 38701
Contractor Qualifications
Interested vendors should demonstrate their qualifications and experience in:
- Mold remediation in marine or shipboard environments.
- Insulation removal and installation in compliance with ASTM F683 and NAVSEA Drawing 804-5959214.
- Bulkhead panel installation in compliance with Coast Guard specifications.
Information Requested
Interested vendors are requested to provide the following information:
-
Company Information:
- Name, address, UEID, and point of contact (POC).
- Business size and socioeconomic status (e.g., small business, HUBZone, SDVOSB).
-
Capabilities Statement:
- Relevant experience in mold remediation and reinsulation services.
- Certifications or licenses related to mold remediation and insulation installation.
-
Technical Approach:
- Proposed methods for mold remediation and testing.
- Proposed insulation and paneling materials.
-
Past Performance:
- Examples of similar projects completed within the last five years.
-
Rough Order of Magnitude (ROM):
- Provide a non-binding estimate of costs for the described scope of work.
-
Additional Information:
- Any questions, recommendations, or concerns regarding the scope of work or performance requirements.
Submission Instructions
Responses to this RFI must be submitted via email to michael.d.zimmer2@uscg.mil no later than 0800 PST on 15 September 2025. Please include "RFI Response – Mold Remediation for USCGC PATOKA" in the subject line of your email.
Disclaimer
This RFI is issued solely for market research purposes and does not constitute a solicitation or a commitment by the Government. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The Government will not reimburse respondents for any costs incurred in responding to this RFI.