USMMA Mold Remediation Misc. Rooms
ID: 6923G225Q000003Type: Combined Synopsis/Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION6923G2 DOT MARITIME ADMINISTRATIONKINGS POINT, NY, 11024, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Transportation, specifically the Maritime Administration, is seeking qualified contractors to provide mold remediation services at the United States Merchant Marine Academy (USMMA) in Kings Point, New York. The project focuses on addressing mold issues in specific areas, including the 2nd Floor Storage Room of Land Hall and the Mechanical Room of Jones Hall, requiring licensed contractors to furnish all necessary labor, materials, and equipment while adhering to strict federal, state, and local regulations, including the New York State Mold Law. This procurement is crucial for ensuring the safety and compliance of the Academy's facilities, particularly given the historic nature of the properties involved. Interested small businesses must submit their quotations electronically by March 3, 2025, and are encouraged to confirm their small business certification and compliance with U.S. sourcing requirements. For further inquiries, potential bidders can contact Amit S. Narine at NarineA@usmma.edu or Carmen I. Feliz at felizc@usmma.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a series of federal and state/local government initiatives related to funding opportunities, such as RFPs (Requests for Proposals) and grants. It appears to focus on the allocation and management of resources aimed at enhancing community development, infrastructure improvements, and local program support. Key themes include the emphasis on compliance with regulations, the importance of health and safety standards in project execution, and the strategic planning required for effective implementation of funded projects. Supporting details mention guidelines on environmental assessments and considerations necessary for applicants, highlighting the significance of sustainable practices and risk management. The document seeks to foster collaboration among stakeholders while promoting transparency and accountability in the funding process. Overall, the purpose of this document is to inform potential applicants about available funding opportunities and encourage the submission of proposals that align with government priorities, ensuring proper use of funds while enhancing public resources and community well-being.
    The U.S. Merchant Marine Academy (USMMA) is issuing a Request for Quotations (RFQ) for mold remediation services at Land & Jones Hall in Kings Point, New York. The solicitation, numbered 6923G225Q000003, requires licensed contractors to perform labor, provide materials and equipment, and oversee all remediation efforts in accordance with the Statement of Work (SOW) and DOL Wage Determination. The RFQ is a total small business set-aside and must be submitted electronically by March 3, 2025, with a 60-day acceptance period. Contract bidders are advised to confirm their small business certification, ensure compliance with U.S. sourcing requirements, and complete all necessary documentation. The selection will follow a lowest price, technically acceptable (LPTA) evaluation process. Key contract administration contacts are noted, and detailed invoice submission will be facilitated through the Delphi eInvoicing portal. The award emphasizes stringent adherence to federal regulations and environmental protocols related to mold remediation, highlighting USMMA’s commitment to maintaining safe and compliant facilities.
    The Statement of Work (SOW) outlines the requirements for mold remediation services at the United States Merchant Marine Academy (USMMA), specifically targeting Land Hall's 2nd Floor Storage Room and Jones Hall's Mechanical Room. A licensed New York State Department of Labor contractor must furnish all labor, materials, and equipment, while adhering to all federal, state, and local regulations, including the NYS Mold Law and standards for historic properties. The contractor is responsible for removing and properly disposing of mold-affected materials, re-insulating where necessary, and clearing affected areas to ensure safe occupancy post-remediation. Additionally, they must coordinate with a hired NYS Mold Assessor and manage potential hazards like lead and asbestos. Work must commence within five days upon contract award, with all activities carried out during business hours unless otherwise approved. All necessary documentation, including waste disposal manifests and safety data sheets, must be provided to the Academy’s Contracting Officer Representative (COR). The SOW emphasizes client satisfaction and accountability, mandating that any discrepancies be addressed promptly. This project underscores a commitment to safety, regulatory compliance, and the preservation of historic properties.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USMMA Conference Room Renovation
    Buyer not available
    The Department of Transportation, through the Maritime Administration, is soliciting bids for the renovation of the O'Hara Hall Conference Room at the U.S. Merchant Marine Academy in Kings Point, New York. The project involves comprehensive interior renovations, including selective demolition, wall painting, flooring updates, electrical system enhancements, and furnishing the conference room, all while adhering to the Secretary of Interior’s Standards for Historic Properties. This initiative is crucial for maintaining functional and updated facilities that support educational activities at the Academy. Interested small businesses must submit their bids by March 17, 2025, at 11 AM EST, and can contact Amit S. Narine at NarineA@usmma.edu or 516-726-6032 for further information.
    Yocum Sailing Center Fuel Dispensing System; Removal and Installation
    Buyer not available
    The Department of Transportation, through the Maritime Administration, is seeking qualified contractors for the removal and installation of a fuel dispensing system at the Yocum Sailing Center, located at the U.S. Merchant Marine Academy in Kings Point, New York. The project involves the removal of existing underground storage tanks (USTs), dispensers, and associated systems, followed by the installation of new USTs and a dual product fuel dispenser, all while ensuring compliance with federal, state, and local regulations. This initiative is crucial for modernizing the fuel infrastructure while maintaining environmental safety and the historical integrity of the site. Interested contractors must submit their capability statements and responses to market research questions by February 24, 2025, and can contact Durba Ray at durba.ray@dot.gov or Saulat Rehan at saulat.rehan.ctr@dot.gov for further information.
    Request for InformationYocum Sailing Center Fuel Dispensing System; Removal and Installation
    Buyer not available
    The Department of Transportation, specifically the Maritime Administration, is seeking qualified contractors for the removal and installation of a fuel dispensing system at the Yocum Sailing Center located at the United States Merchant Marine Academy in Kings Point, New York. The project involves replacing existing underground storage tanks and fuel dispensers with new double-walled fiberglass tanks and associated systems, while ensuring compliance with all relevant environmental and historic preservation regulations. This initiative is crucial for maintaining the Academy's infrastructure and ensuring safe operations, with a focus on minimizing disruption to academic activities during the project. Interested parties must submit their capability statements and responses to market research questions via email by February 24, 2025, and can contact Durba Ray at durba.ray@dot.gov or Saulat Rehan at saulat.rehan.ctr@dot.gov for further information.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF204 Patrol Boat, with a focus on engaging small businesses for this opportunity. The procurement requires contractors to provide comprehensive services, including structural repairs, ultrasonic testing, hull cleaning, and the removal and reinstallation of critical components such as rudders and propellers, all while adhering to federal safety and environmental regulations. This project is vital for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, with a projected award date of March 28, 2025; for further inquiries, contact Krystle Jones at krystle.jones@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
    F108--Special Remediation Building 25 - CI
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 23, is soliciting proposals for mold remediation services at Building 25 of the Central Iowa VA Healthcare System in Des Moines, IA. The primary objective of this procurement is to restore the building's air quality by removing mold-contaminated materials and ensuring compliance with all relevant regulations. This project is particularly significant as it underscores the VA's commitment to maintaining health and safety standards in its facilities while providing opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by March 6, 2025, at 4:00 PM Central Time, and any inquiries should be directed to Contracting Specialist Jennifer Watkins-Schoenig at Jennifer.watkins-schoenig@va.gov or by phone at 319-688-3631.
    Murden Shipyard Repair Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair and maintenance of the Dredge Murden at a shipyard facility in Wilmington, North Carolina. The contractor will be responsible for providing labor, materials, and services to perform extensive repairs, including dry-docking, cleaning, and compliance inspections by the American Bureau of Shipping and U.S. Coast Guard, with a contract duration of up to 90 days. This procurement is crucial for maintaining the operational integrity of the dredge, which plays a significant role in marine engineering and environmental infrastructure projects. Interested small businesses, particularly those owned by service-disabled veterans, must submit their quotes and technical proposals electronically by 3:00 PM ET on February 24, 2025, and direct any inquiries to Diana Curl or Rosalind M. Shoemaker via email.
    Military Sealift Command Waterborne Hull Cleaning and Associated Work Sources Sought
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified small businesses to provide waterborne hull cleaning and associated underwater ship husbandry services for its Government Owned, Government Operated vessels. The procurement aims to assess the capabilities of potential offerors in fulfilling requirements for hull cleaning, inspection, and related tasks across various geographical zones, including the Atlantic, Pacific, and European waters. This initiative underscores the importance of maintaining operational standards for naval maintenance while promoting small business participation in government contracts. Interested parties should respond to the market survey by March 3, 2025, and can direct inquiries to Shelby Probert at shelby.m.probert.civ@us.navy.mil or Timothy Lewis at timothy.lewis60.civ@us.navy.mil.
    Upgrade Ventilation for Admin Building Training Room
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to upgrade the ventilation system in the Administration Building Training Room at Base Galveston, Texas. The project involves investigating existing moisture issues, replacing materials, and enhancing climate control to improve environmental conditions for machinery while minimizing condensation problems. This procurement is crucial for maintaining operational integrity and safety standards, with a focus on small business participation under the Total Small Business Set-Aside program. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to inspect the site prior to bidding. Proposals must adhere to strict compliance with safety regulations, including OSHA standards, and the contract will be awarded based on the lowest priced technically acceptable offer. For further inquiries, contractors can contact Melissa Navarro at melissa.n.navarro@uscg.mil or Lynn P. Charles at Lynn.P.Charles2@uscg.mil.
    FIRE ISLAND INSULATION PROJECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Fire Island Insulation Project, which involves boiler and pressure vessel services at designated locations. The procurement requires contractors to provide inspection, certification, and maintenance services, ensuring compliance with federal safety regulations and the development of a Quality Control Plan (QCP). This project is critical for maintaining operational efficiency and safety standards within U.S. Coast Guard facilities. Interested parties can contact Jeffrey Deming at JEFFREY.N.DEMING@USCG.MIL or 203-468-4526, or Jason L. Williams at JASON.L.WILLIAMS@USCG.MIL or 571-608-4843 for further details.
    NRT Patuxent vessel (S3008) ICCP & Bottom Paint
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hull repair and maintenance services for the Navigation Response Team vessel, S3008, located in Patuxent, MD. The procurement includes essential tasks such as hull inspection, surface preparation, application of epoxy primer and antifouling paint, and installation of impressed current cathodic protection systems, all to be completed within a 90-day performance period. This contract is vital for maintaining the operational integrity of NOAA's maritime assets and ensuring compliance with federal labor standards. Interested contractors must submit their quotations by March 10, 2025, with the anticipated award date set for March 28, 2025. For further inquiries, contact Chelsea Vera at chelsea.vera@noaa.gov or call 757-828-6329.