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 for mold remediation services at the United States Merchant Marine Academy (USMMA) in Kings Point, New York. The procurement involves comprehensive remediation efforts in designated areas, including Land Hall and Jones Hall, requiring contractors to provide all necessary materials, labor, and equipment while adhering to federal, state, and local regulations. This initiative is crucial for maintaining safe and compliant facilities, particularly in historic locations, and is set aside exclusively for small businesses, with a total small business size standard of $19 million. Interested parties must submit their quotes electronically by April 14, 2025, and are encouraged to confirm their participation in a scheduled site visit on April 2, 2025. For further inquiries, 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 an amendment regarding the solicitation numbered 6923G225Q000003, issued by the U.S. Maritime Administration for offers relating to a contract. The primary purpose of this amendment is to extend the deadline for submission of offers from March 3, 2025, to March 31, 2025. It also notes that all inquiries and their responses will be published subsequently, highlighting that a Mold Assessor report is pending and will be shared before the new submission deadline. Contractors must acknowledge receipt of this amendment using one of specified methods to avoid rejection of their offers. The document serves as a formal modification to ensure compliance with federal contracting procedures and emphasizes the importance of timely communication regarding changes to solicitation details. Overall, it underscores adherence to procedural regulations while accommodating potential bidders by extending the response timeline to enhance participation.
    The document outlines an amendment to solicitation number 6923G225Q000003 related to a contract opportunity, specifically concerning mold remediation and environmental assessments. Key updates include an extension of the submission deadline to April 14, 2025, alongside a scheduled second site visit on April 2, 2025. The amendment addresses various contractor inquiries regarding reports, testing, wage determinations, and certification requirements related to the contract. The government indicates a minimum wage for Environmental Technicians in New York and specifies that the project is open to small business bidders. The amendment also clarifies safety protocols and identifies that the project must accommodate an ongoing academic schedule. Notably, there are no performance bonds required, but warranties are mandated. Overall, the document reflects procedural requirements to ensure compliance and transparent communication for potential bidders, while emphasizing the conditions and expectations associated with the awarded contract.
    The report from PRO-LAB, prepared for Mold Testing Long Island NY, provides a detailed analysis of mold samples collected from the U.S. Merchant Marine Academy (USMMA) in Kings Point, NY. The analysis reveals the presence of various mold species, including elevated counts of Memnoniella, Penicillium/Aspergillus, and Stachybotrys, which indicates potential water damage in the test locations. The report underscores the lack of federal regulations regarding fungal contamination evaluation and remediation, advising that mold growth is primarily triggered by moisture. It emphasizes the importance of controlling indoor humidity and quickly addressing water intrusion to mitigate mold risks. The document offers insights into mold's health implications, including respiratory issues and allergies while stressing that mold exposure is common and unavoidable. Additionally, it outlines sampling methods for mold detection, including air sampling and surface tests, and discusses remediation strategies for addressing mold growth effectively. Overall, this report serves as a crucial resource for organizations seeking to understand mold-related health risks and the necessary steps for effective remediation, thus relevant in the context of federal and state guidelines governing indoor air quality and building safety.
    The document appears to be heavily redacted or corrupted, making it challenging to extract specific content. However, from the visible segments, it seems to involve a federal government initiative related to Requests for Proposals (RFPs) and grants at various levels, including state and local governments. The context indicates that this document likely outlines funding opportunities or guidelines for organizations seeking federal assistance for projects aligning with federal objectives. Key points may involve application processes, eligibility criteria, or project scopes, but these are obscured due to the file's condition. The importance of this documentation lies in its capacity to guide potential applicants in navigating governmental processes for funding while ensuring that projects meet specific standards and requirements set forth by federal and state entities. Overall, it is crucial for organizations aiming to align their projects with governmental support or objectives.
    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 document outlines the results of a hazardous material survey conducted at various residence halls of the U.S. Merchant Marine Academy (USMMA) from April to August 2022. Various building components, such as door casings, railings, walls, and baseboards, were tested for lead content. The findings indicate that a majority of the materials surveyed, particularly those in deteriorated conditions, tested positive for lead, with significant concentrations reported (up to 38 mg/cm2 in the door casing). Intact materials also showed positive results, albeit at lower levels. The report serves as a crucial tool in identifying potential health risks associated with lead exposure, especially in deteriorating structures, thereby guiding necessary remediation efforts. It emphasizes the importance of addressing hazardous materials to ensure the safety and well-being of residents and compliance with environmental and health regulations. The comprehensive testing conducted by inspectors Jeremy Westcott and Alan Hill highlights the need for ongoing monitoring and proper disposal of hazardous materials to prevent future exposure risks. This report aligns with federal and local regulations concerning environmental health and safety in building management.
    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.
    The Statement of Work (SOW) outlines requirements for mold and lead remediation in specific areas at the United States Merchant Marine Academy (USMMA). The contractor must be a certified mold and lead abatement specialist and will be responsible for providing all necessary materials, equipment, permits, and labor to safely manage and remediate affected areas in Land Hall’s Storage Room (204) and Jones Hall’s Mechanical Room, while adhering to federal, state, and local regulations, including those set by the NYS Department of Labor and EPA. Key tasks include the removal of contaminated materials, proper disposal of waste, compliance with guidelines for historic properties, and ensuring a clear and safe working environment. The contractor must coordinate with the USMMA and provide documentation related to safety and waste disposal. The completion is expected within five days of contract award, following a pre-approval for the work plan and a scheduled walkthrough to assess site conditions. All operations must follow safety protocols, including maintaining containment measures and emergency protocols. This project reflects the government's commitment to maintaining safe and compliant facilities within historic locations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.
    Scaffolding/Containment Services for 154 Foot Fast Response Cutter
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for a 154-foot Fast Response Cutter at the USCG Yard in Curtis Bay, Maryland. The contractor will be responsible for designing and constructing a fireproof shrink-wrap containment system that can withstand severe weather conditions while allowing full access to the vessel for maintenance and repairs. This procurement is critical for ensuring safety and compliance with OSHA standards during the vessel's maintenance operations. Interested vendors must submit their quotes by January 1, 2026, to Kenneth Palmer at kenneth.t.palmer@uscg.mil, and the project is set to commence on April 12, 2026, with scaffolding completion required within nine days. The contract will be awarded based on best value criteria, including technical requirements and pricing.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull inspections, propulsion system overhauls, and various structural and mechanical repairs, with the contractor responsible for providing all necessary labor, materials, and equipment. This opportunity is significant for maintaining the operational readiness of the vessel and ensuring compliance with Coast Guard standards. Interested small businesses must submit their proposals by 8 AM EST on December 10, 2025, with an anticipated award date around December 19, 2025. For further inquiries, contact Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    USCGC MOWAWK Dockside FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC MOHAWK (WMEC-913) during its fiscal year 2026 availability. The procurement involves comprehensive dockside repairs, including cleaning and inspecting various fuel and water tanks, inspecting and overhauling critical machinery, and ensuring the vessel's operational readiness. This opportunity is crucial for maintaining the operational capabilities of the 270-foot Medium Endurance Cutter, which is homeported in Key West, Florida. Interested small businesses must submit their capabilities and relevant documentation by 4:00 PM EST on January 2, 2026, to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil, with the anticipated performance period spanning from August 10 to October 4, 2026.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking qualified small businesses for an Environmental Remedial Action Multiple Award Contract. This procurement aims to address the repair or alteration of restoration of real property, which is critical for environmental remediation efforts. The selected contractors will play a vital role in executing projects that contribute to the restoration of affected sites, ensuring compliance with environmental regulations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding this opportunity.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut, under Project No. 30134899. The project involves comprehensive renovations, including the replacement of flooring, seating, tables, wall wainscoting, and dividers, with an estimated contract value between $500,000 and $1,000,000. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracting. Interested bidders must submit their proposals by January 6, 2026, at 2:00 PM, and are encouraged to attend a site visit on December 16, 2025, with RSVP required by December 15, 2025. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.