Skip to main content

An official website of the United States government

You have 2 new alerts

CHEYENNE MOLD REMEDIATION

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Sep 25, 2023 12:17 pm PDT
  • Original Date Offers Due: Sep 27, 2023 12:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 12, 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:
    Saint Louis , MO 63118
    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 70Z0-8523-Q-P23216 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 January 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, Sep 27th, 2023, and will be reviewed by the Government.   

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

The CTR shall provide:

CHEYENNE discovered mold in their berthing and common area 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 CHEYENNE, for approximately 1471 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 CHEYENNE (WRL 75405). The Contractor shall provide all labor, materials, and tools necessary to remove insulation and remediate mold.

    1. OBJECTIVE

The goal is to return CGC CHEYENNE 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 CHEYENNE (WRL 75405) in St Louis, MO.

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 357 square feet
        2.   OIC Stateroom & Head:  Approximately 176 square feet
        3.   Main Deck Passageway –Approximately 100 square feet
        4.   Galley –Approximately 330 square feet
        5.   Crew Head –Approximately 182 square feet
        6.   Log Office –Approximately 36 square feet
        7.   01 Deck Passageway –Approximately 25 square feet
        8.   CPO Berthing –Approximately 132 square feet.
        9.   Pilothouse- Approximately 132 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 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 CHEYENNE at 100 Arsenal Street, St Louis, MO 63118 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.

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.

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 12, 2023 08:55 pm PDTCombined Synopsis/Solicitation (Original)