Hvac Tenders

Hvac Tenders

South Ribble Borough Council Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United Kingdom
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Joint Procurement Exercise Undertaken By South Ribble Borough Council, Chorley Borough Council, South Ribble Leisure Company And Chorley Leisure Company (contract Authorities/ca). The Contracting Authorities Have A Continuing Requirement For The Provision Of Reactive And Planned Improvement Works Across The Authorities Portfolio. The Aim Of This Framework Is To Ensure Statutory Compliance And Efficient Maintenance Of Assets, Including Reactive Repair And Maintenance, And Planned Minor/improvement Works That Attain A High Level Of Customer Satisfaction. The Framework Will Be Broken Up Into 13 Lots. Three Bidders Will Be Awarded Per Lot. The Maximum Number Of Successful Bidders In Each Lot May Increase Where Two (2) Or More Bidders Have Tied Scores. A Bidding Organisation Can Only Be Awarded On A Maximum Of Two Lots, Except Where A Lot Would Otherwise Have Fewer Than 2 (two) Successful Bidders. If You Are Bidding For More Than Two Lots Please State In Your Submission Your Ranked Preference Of Lots (on The Return Document 3 Cas); In A Situation Whereby A Bidder(s) Score Would Mean They Would Otherwise By Awarded On More Than Two Lots The Contracting Authority Will Use This Ranked Preference List To Determine The Two Lots The Bidder Is To Be Awarded On. The Number One Ranked Supplier In The Lot Will Be Awarded The Servicing/call Out Element Of The Contract, The Other Two Suppliers Will Be Eligible To Compete For Higher-value Projects Throughout The Lifecycle Of The Framework. The Contracting Authority Reserves The Right To Use The Second And/or Third Ranked Contractor Within The Lot For Service/call Out Element If They Deem It Necessary Due To Poor Performance Or Capacity Issues From The Number One Ranked Contractor. In Instances Of Extreme Urgency (i.e. Health And Safety Issues) The Contracting Authority Reserves The Right To Direct Award Higher Value Projects To The Number One Ranked Supplier If Deemed Necessary. This Is Detailed Further In Document 4 (specification) Lot 1 Building Fabric Lot2- Mechanical Gas Safety And Mechanical Lot 3 – Electrical Lot 4 - Air Conditioning Hvac Lot 5 - Legionella Lot 6 – Fire And Security Lot 7 – Asbestos Lot 8 – Drainage And Civils Lot 9 – Lift Maintenance Lot 10 – Pool Maintenance Lot 11 – Principal Contractor Lot 12 – Roof And Gutter Maintenance Lot 13 Distress Alarms Maintenance (service Applicable To The Leisure Company’s Only) Please Note We Will Be Offering Two Opportunities For Guided Site Visits. Unfortunately, Due To How Large The Estate Is We Will Not Be Able To Show The Entire Portfolio, But Key Buildings Will Be Shown To Give A Flavour Of The Estate. As Part Of This Open Day The Contract Authority Will Also Give A Debrief On The Tender Process And Overview Of The Tender Portals (the Chest And The Social Value Portal). Both Days Will Have The Same Agenda And Presentations. To Gain Access To This Site Day And To Receive Full Details Of Meeting Point Etc, Please Confirm Your Attendance With The Name, Email Address And Job Title Of The Attendee (s) Via The Messaging Portal On The Chest. 28th Of Nov 2nd Of Dec Please Note You Will Not Be Added To The Visitor List Without Confirming Attendee Details Via The Chest The Tender Pack Sets Out The Specific Quality Requirements For The Service That Need To Be Addressed To Ensure A High Degree Of Customer Satisfaction. Please Refer The Tender Documentation For A Detailed Overview Of The Requirements. To Access The Tender Pack Please Go To Https://www.the-chest.org.uk/ And Select 'current Opportunities' On The Left Hand Side Menu, And Chose The South Ribble Borough Council Option Under The 'organisations' Filter.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date19 Jan 2025
Tender AmountRefer Documents 
Details: Vhapg Part 813.5 Simplified Acquisition Procedures For Certain Commercial Items Attachment 1: Request For Sole Source Justification >sat-$7.5m Under Far13.5 effective Date: 11/15/24 revision: 01 acquisition Id#: 36c249-25-ap-0458 page2of3 department Of Veterans Affairs sole Source Justification Under Simplified Procedures For Certain Commercial Items In Accordance With Far 13.5 acquisition Plan Action Id: 36c249-25-ap-0458 contracting Activity: Department Of Veterans Affairs, Network Contracting Office (nco) 09, 1639 Medical Center Pky, Ste. 204, Murfreesboro, Tn 37129, Visn 09, Lt. Col. Luke Weathers, Jr. Veterans Affairs Medical Center (vamc), 116 N. Pauline St., Memphis, Tn 38105 2237: 614-25-1-5069-0033 Nature And/or Description Of The Action Being Processed: This Procurement Is For The Rental Of A Temporary Water Cooling Tower In Accordance With Far 13.5 Simplified Procedures For Certain Commercial Items And Specifically Far 13.501 Special Documentation Requirements, Where Acquisitions Conducted Under Simplified Acquisition Procedures Are Exempt From The Requirements Of Far Part 6, But Still Require A Justification Using The Format Of Far 6.303-2. The Rental Of A Temporary Water Cooling Tower Is Required And Will Be Awarded As A New Firm-fixed Contract With A Base Year And 1 (one) Option Year To Aggreko, Llc As The Only Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. description Of Supplies/services Required To Meet The Agency's Needs: rental Of Cooling Tower To Include: base Rental Cooling Tower Package one-time Cleaning Fee one-time Teardown Fee option Year Rental Cooling Tower Package Estimated Value: the Period Of Performance Is December 16, 2024 Through December 15, 2026. statutory Authority Permitting Restricted Competition: far 13.5 Simplified Procedures For Certain Commercial Items. The Statutory Authority For Applying The Simplified Procedures For Commercial Items Of Far 13.5 Is 41 U.s.c. § 1901 And Is Implemented By Far 13.106-l(b)(2) For Restricting Competition On This Procurement. Competition Is Restricted On This Procurement For The Reason Below: (x) Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements ( ) Unusual And Compelling Urgency ( ) Industrial Mobilization, Engineering, Developmental Or Research Capability Or Expert Services ( ) International Agreement ( ) Authorized Or Required By Statute ( ) National Security ( ) Public Interest demonstration That The Contractor's Unique Qualifications Or Nature Of The Acquisition Requires The Use Of The Authority Cited Above (applicability Of Authority): The Lt. Col. Luke Weathers, Jr. Is Currently Renting The Required Water Cooling Tower From Aggreko, Llc While Design And Construction Is Being Completed For A Permanent Water Cooling Tower. The Previous Contract, 36c24923p0726, Has Expired And Design And Construction Of The Permanent Water Cooling Tower Has Not Been Completed; Therefore, A Follow-on Contract Is Required. The Water Cooling Tower Is A Component Of A Major System: Heating, Ventilation, And Air Conditioning {hvac). To Remove And Install Another Cooling Tower Would Incur Substantial Duplication Of Cost To The Government As Opposed To The Continued Rental Of The Cooling Tower From Aggreko, Llc. Furthermore, To Remove The Current Tower And Install Another Rental Cooling Tower Would Cause Unacceptable Delays As The Hvac Would Be Incapable Of Efficient And Complete Operation. This Would Endanger The Health And Well-being Of Veteran Patients, Their Caregivers, And All Hospital Employees As Air Conditioning Would Not Work Properly. Accordingly, Aggreko, Llc Is The Only Firm Capable Of Providing The Services Described In Paragraph 3 Above Without The Veteran's Health Administration Experiencing Substantial Duplication Of Cost That Could Not Be Expected To Be Recovered Through Competition And Unacceptable Delays In Fulfilling Its Requirements. description Of Efforts Made To Ensure That Offers Are Solicited From As Many Potential Sources As Deemed Practicable: Based On Searches Of Government-wide Databases For The Rental Of Cooling Towers, It Does Not Appear That There Are Two Or More Sdvosbs Or Vosbs Capable Of Providing This Service. A Search Of Contractdirectory.gov Using Keywords "cooling Tower" Yielded No Results. A Search Of Vip Using Naics 238220 And Psc W041 Yielded No Results. A Search Of Sba Using Naics 238220 And Key Words "cooling Tower Rental" Yielded No Results. A Search Of Fpds Using Naics 238220 And Keywords "rental Cooling Tower" Found Only 5 Actions In The Last 18 Months And 3 Of These Were For Contract 36c24923p0726. This Action Will Not Be Competed. determination By The Co That The Anticipated Cost To The Government Will Be Fair And Reasonable: The Contracting Officer (co) Has Determined That The Cost Will Be Fair And Reasonable Based Upon Duplication Of Costs To Remove The Current Rented Cooling Tower And Install A New Rented One That Will Be Removed Once The Permanent Cooling Tower Has Been Installed. description Of The Market Research Conducted And The Results, Or A Statement Of The Reasons Market Research Was Not Conducted: Based On Searches Of Government-wide Databases For The Rental Of Cooling Towers, It Does Not Appear That There Are Two Or More Sdvosbs Or Vosbs Capable Of Providing This Service. Furthermore, The Cost Associated With The Removal The Currently Rented And Installation Of Another Would Be Duplicative And Prohibitive. It Would Also Endanger The Health And Well-being Of Veteran Patients, Their Caregivers, And All Hospital Employees As Air Conditioning Would Be Ceased During This Removal And Re-installation. any Other Facts Supporting The Use Of Other Than Full And Open Competition: None. listing Of Sources That Expressed, In Writing, An Interest In The Acquisition: Aggreko, Llc. A Statement Of The Actions, If Any, The Agency May Take To Remove Or Overcome Any Barriers To Competition Before Making Subsequent Acquisitions For The Supplies Or Services Required: No Subsequent Actions Are Planned As A Permanent Water Cooling Tower Is Being Designed And Constructed. It Will Be Completed Before The Ultimate Completion Date Of This Action. One Option Year Is Sought Due To An Unforeseen Delay In The Design And Construction Of A Permanent Water Cooling Tower. An Option Year Is Proposed Because The Work Required Will Be The Same And It Is Estimated That The Design And Construction Of The Permanent Water Cooling Tower Will Take More Than One Year But Not More Than Two. requirements Certification: I Certify That The Requirement Outlined In This Justification Is A Bona Fide Need Of The Department Of Veterans Affairs And That The Supporting Data Under My Cognizance, Which Are Included In The Justification, Are Accurate And Complete To The Best Of My Knowledge And Belief. keith Hawkins digitally Signed By Keith Hawkins Date: 2024.11.22 08:28:38 -06'00' keith Hawkins, Cor Date ac Equipment Operator lt. Col. Luke Weathers, Jr. Va Medical Center approvals In Accordance With The Vhapm Part 806.3 Ofoc Sop: contracting Officer Or Designee's Certification (required): I Certify That The Foregoing Justification Is Accurate And Complete To The Best Of My Knowledge And Belief. diane Ziegler diane Ziegler Contracting Officer network Contracting Office 9 Digitally Signed By Diane Ziegler Date: 2024.12.10 14:44:35 -06'00' date one Level Above The Contracting Officer (required Over Sat But Not Exceeding $7s0k): I Certify The Justification Meets Requirements For Other Than Full And Open Competition. digitally Signed By Roxie roxie Keese; !\024.12.1016:44:s, -05'00' roxie Keese branch Chief, Facilities Support Network Contracting Office 9 Date

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: Synopsis For Firm-fixed-price Contract – Architect-engineering (a-e) Services (full and Open) To Support The Design Of The Renovation Project Xtlf 21-1035 Add_repair Fire Station, f140 At Vance Afb, Oklahoma. this Announcement Is Not A Request For Proposal. Neither The Government Nor asrc Federal Field Services (affs) Will Pay Or Reimburse Any Costs Associated with Responding To This Request. The Government And Affs Is Under No obligation To Award A Contract As A Result Of This Announcement. 1. Contract Information this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far 36.6. Firms will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For The Required work. Refer To Section, “5. Selection Process”, For General Information On The A-e Selection Process. a-e Services Are Required For Site Investigation, Engineering Studies, Concept Design, Final Design, And minimal Construction Phase Services For The Subject Project. The Applicable Naics Code Is 5413, architectural, Engineering, And Related Services. This Announcement Is Open To All Businesses regardless Of Size. Affs Is Contemplating Awarding A Firm Fixed Price Contract. The Contract Is Anticipated to Be Awarded In March 2025 And Design Completed In Or Before March 2026. all Firms Will Be Required To Submit Sf330 For This Sources Sought Notice. Only A-e Teams Responding To this Solicitation And Found To Be Qualified Will Be Considered For The Award Of The Design Project. 2. Project Information this Project Is To Renovate The Combination Fire Station, F140. The Facility Is A One-story building And Was Constructed In 1968. The Facility Was Expanded With Building Additions In 1995 And 2004. The Current Size Of The Building Is 18,116 Gross Square Feet. The Size, Configuration, And condition Of This Facility Do Not Align With Requirements Of Dafman 32-1084 And Ufc 4-730-10. renovation Scope To Include Site, Building Envelope, Building Interiors, And Engineering Systems. site Scope Includes Grading And Drainage Design, Utility Relocation, Establishment Of An Aba accessible Route From Parking To The Building’s Main Entrance, Parking Lot Striping, And miscellaneous Sidewalk Repairs. the Project Will Require The Demolition Of A Portion Of The Facility Which Includes Office Areas. A building Addition Consisting Of A New Training Room, Designed To Meet Storm Shelter Criteria, administrative Offices And Public Toilet Rooms Will Be Constructed Where The Existing Office Area Has Been Demolished. building Envelope Scope Includes Replacement Of All Exterior Glazing And Glazing Systems, replacement Of All Roofing, Refinishing Of Exterior Walls, Modifications To Apparatus Bay Door openings, And Replacement Of All Exterior Doors And Frames. the Architectural Interior Scope Of Work Consists Of A Redesign Of Several Interior Spaces To enable The Enlargement Of The Firefighter Toilet/shower Rooms, The Relocation And Proper Sizing Of additional Support Offices And Functions, The Complete Removal And Replacement Of All Finishes Down to The Metal Studs In The Existing Dorm Rooms. In The Dorm Rooms The Demolition May Also Include metal Wall Framing If It Is Determined To Need Replacement. Finishes Such As Paint, Ceiling Tiles, and Flooring Will Be Replaced In Rooms Not Otherwise Modified For Changes In Function. renovation Scope To Achieve Aba Compliance For Spaces That Are Lightly Renovated Includes New signage, Adjustments To Door Hardware, And Relocation Of Controls, Light Switches, And Outlets As required. The Vestibules To The Day Room Are Not Aba Compliant And Will Be Demolished And reconstructed As A Part Of This Project. structural Scope Consists Of The Engineering Design Required To Support The New Building Addition, the Modifications Necessary To Increase The Size Of The Apparatus Bay Openings, Modifications To load Bearing Walls Where New Openings Are Required, And General Modifications Where Required To incorporate The Work Of Other Engineering Disciplines, And/or Because Of An Observed Deficiency, Or code Or Ufc Related Deficiency. renovations To The Existing Fire Protection Systems Includes Adjusting The Existing Fire Sprinkler system As Required To Accommodate Both Floor Plan And Ceiling Changes. Additionally, This Project will Upgrade The Fire Alarm System To Include An Emergency Voice Communication System, A Gas detection System, Provide A New Fire Alarm Interface To Building Life Safety Systems Including Fire sprinkler Monitoring, Provide Low Temperature Sensors In The Apparatus Bays, An Hvac Interface, in-building Mass Notification System, And An Automatic Fire Sprinkler System Throughout The building. The Fire Alarm Control Unit (facu) Will Be Relocated To The New Primary Building entrance. plumbing Scope To Include Engineering Design To Support Replacement Of The Existing Domestic Water hot Water Heater, Replacement Of All Existing Plumbing Fixtures And Installation Of New Connections where Required By Changes To The Floor Plan. Additionally, All Domestic Water Piping To Be Replaced back To The Point Of The Incoming Service. hvac Scope Includes Engineering Design To Support Completely New Systems Throughout The Facility. all Existing Below Grade Ductwork Will Be Abandoned And Sealed. A New Building Automation System will Be Installed For The Facility. electrical Engineering Scope Includes Design Necessary To Replace Multiple Existing Electrical panels, New Automatic Transfer Switches For Separating The Load From The Generator Into Emergency loads And Backup Loads. Lighting Will Be Replaced Throughout The Facility. environmental Scope Of Work Requires Preparation Of Criteria To Address The Abatement Of Acm In vibration Joints In The Mechanical Room And Encapsulated In The Fire Doors. project Will Require Sustainability Design And Compliance With Either The Gbci “guiding Principles assessment For Department Of Defense” Program Or The Gbi “department Of Defense Guiding Principles compliance For New Construction & Comprehensive Replacement” Program. sequencing Plans Will Be Required To Demonstrate How The Renovation Will Take Place Without impacting The Mission Of The Firefighters. 3. Response To Solicitation Submission Requirements: a-e Teams Will Be Selected In Accordance With Far Section 36.602-1. A-e Teams Must Submit A Sf330 package Of Qualifications For Review By Affs And Approved By Vance Afb Government Personnel. 4. Solicitation Submission Requirements the Sf330, Parts A Thru G Should Be Limited To 25 Numbered Pages (8.5”x11”) Of Easily Readable Text (size 11 Font), Graphics And Pictures. Part H May Also Be Included, Is Not Limited In Length, And is Not Required, But Is Encouraged. 5. Selection Process the Intent Of The Affs And A-e Team Arrangement Is To Facilitate The Timely, Transparent, And Efficient Teaming Between The A-e Teamand Affs To Meet The Needs Of Vance Afb. upon Receipt Of The Sf330 Packages, A Committee Comprised Of Affs Staff Architects, Engineers, And leadership Will Review The Package According To Far 36.602-2 Thru 36.602-4. submissions Will Be Evaluated Based On Stated Services In The Sf330. 1. Each Committee Member Will Independently Review The Sf330s And Evaluate The Suitability Of Each A-e Team For This Contract Based On The Submission Requirements Listed Above. 2. The Committee Will Meet, And By Consensus Agree To A Short-list Of The Most Qualified A-e Teams For Progessing To The Next Step For The Selection Process Based On The Provided Information In The Sf330. 3. The Most Qualified Teams Will Be Invited To An Aprpoximately 30 Minute Telephone/virtual Interview For The Purpose Of Answering Clarifying Questions Related To Their Sf 330 Submission. 4. Upon Conclusion Of The Interviews, The Committee Will Rank The Most Qualified Teams. The Rankings Will Be Shared With The 71st Iss/ce Flight Representatives. With Concurrence, Affs Local Purchase Will Provide The Highest Rank Team The Statement Of Work In Order To Begin Negotiating A Fee For The Project. upon Successful Conclusion Of The Fee Negotiations, The A-e Team Will Proceed With The Design process In Accordance With The Statement Of Work And At The Direction Of The Affs Managing architect Or Engineer. please See All Attached Forms: Please Submit All Qualifications To The Following Email Address: shari.lamunyon.ctr@us.af.mil please Note That All Attached Forms Should Be Filled Out And Sent Separately From The #4 Solicitation Submission Requirements .do Not Included These As Part Of The (limited To 25 Numbered Pages). all Qualifications Are Due By The 6th Of February 2025 11:00 Am (cst)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only. this Is Not A Solicitation For Bids, Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Sources Sought Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Sources To Perform The Potential Requirement. This Sources Sought Notice Is Part Of Market Research Effort And Invites Contractors Capable Of Fulfilling The Requirement In Accordance With The Statement Of Work And Salient Characteristics.â  The Responses Received From Interested Contractors Will Assist The Government In Determining The Appropriate Acquisition Method. the Department Of Veterans Affairs (va), Network Contracting Office (nco) 23, Is Conducting Market Research To Identify Potential Sources Which Can Provide The Following:â  statement Of Work mold Remediation Services introduction/background air Quality Testing In A Va Building, Revealed Levels Of Airborne Microbial Particles That Exceed An Acceptable Level For A Healthcare Facility. Due To This Hazard, The Building Has Been Vacated Of All Patients And Staff And Will Remain So Until It Is Safe To Occupy. project Objective remediation Services To Remove Or Clean All Surfaces And Materials Located Inside Building. Building To Be Placed Under Negative Pressure, With Additional Units To Be Used As Air Filtrations. Hvac System To Be Isolated, All Diffusers Removed, Cleaned, Then Set Aside, All Flex Ducting To Be Removed (to Later Be Replaced), And All Duct Openings To Be Sealed. All Carpet In The Building To Be Removed. All Ceiling Tiles In The Building To Be Removed. All Drywall (including Above The Drop Ceiling) That Has Microbial Growth Or Moisture Damage To Be Removed. All Pipe And Ductwork Insulation Showing Evidence Of Growth Or Moisture Damage To Be Removed. All Building Semi And Non-porous Surfaces - Such As But Not Limited To Cabinetry, Countertops, Metal, Glass, Rubber Baseboards, Lighting And Plumbing Fixtures - Needs To Be Thoroughly Disinfected Via Appropriate Cleaning Methods. specifications mold Remediation Technical Specifications part 1 General scope this Specification Covers The Remediation Of Mold Including Removal, Cleanup And Disposal Of Mold Contaminated Materials From A Va Building. The Methods And Procedures In This Specification Are Based On The Observations And Previously Collected Background Air Samples. an Estimate Of The Amount Of Material To Be Removed Or Cleaned Is Not Given. The Determination Of The Actual Amounts, For Bidding Purposes, Is The Responsibility Of The Contractor. By Submitting A Bid, The Contractor Acknowledges That He Has Investigated And Satisfied Himself As To: the Conditions Affecting The Work, Including, But Not Limited To, Physical Conditions Of The Site Which May Affect Site Access, Handling And Storage Of Tools And Materials, Access To Water, Electricity Or Other Utilities, Or Otherwise Affect Performance Of Required Activities. the Character And Quantity Of All Surface And Subsurface Materials Or Obstacles To Be Encountered As Far As This Information Is Reasonably Ascertainable From An Inspection Of The Site, Including Exploratory Work Done By The Building Owner Or A Designated Consultant, As Well As Information Presented In Drawings And Specifications Included With This Contract. Any Failure By The Contractor To Acquaint Himself With Available Information Will Not Relieve Him From The Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Building Owner Is Not Responsible For Any Conclusions Or Interpretations Made By The Contractor On The Basis Of The Information Made Available By The Building Owner. description the Work Specified Herein Shall Be The Remediation Of Mold By Competent Persons trained, Knowledgeable And Qualified In The Techniques Of Remediation, Handling And Disposal Of Mold Contaminated Materials And The Subsequent Cleaning Of Contaminated Areas, Who Comply With All Applicable Federal, State And Local Regulations And Are Capable Of, And Willing To Perform, The Work Of This Contract. the Contractor Shall Supply All Labor, Materials, Services, Insurance, Permits, licenses, Patents, And Equipment Necessary To Carry Out The Work In Accordance With All Applicable Federal, State And Local Regulations And These Specifications. the Contractor Is Responsible For Restoring The Work Area And Auxiliary Areas Utilized During The Remediation To Conditions At Least Equal To Original Conditions. (this Excludes Any Material Removed As Part Of Scope.) Any Damages Caused During The Performance Of Remediation Activities Shall Be Repaired By The Contractor (e.g., Paint Peeled Off By Barrier Tape, Nail Holes, Water Damage, Broken Glass) At No Additional Expense To The Owner. applicable Standards And Guidelines all Work Under This Contract Shall Be Done In Strict Accordance With All Applicable Federal, State, And Local Regulations, Standards, And Codes Governing Mold Remediation And Any Other Trade Work Done In Conjunction With The Remediation. the Most Recent Edition Of Any Relevant Regulation, Standard, Document Or Code Shall Be In Effect. Where Conflict Among The Requirements Or With These Specifications Exists, The Most Stringent Requirements Shall Be Utilized. specific Requirements: title 29, Code Of Federal Regulations, 1926. Occupational Safety And Health Administration (osha), U.s. Department Of Labor. quality Assurance bidders Must Be Licensed As Required By The Iowa Bureau Of Labor. bidders Shall Demonstrate Prior Experience On Mold Remediation Projects Of Similar Nature And Scope Through The Submission Of Letters Of Reference From The Owners Including The Name, Address, And Telephone Numbers Of Contact Person (someone Specifically Familiar With The Contractor's Work) For At Least Three (3) Previous Users Of Service If Requested By The Owners. the Owner Reserves The Right To Reject Bids For Any Reason That Serves The Best Interests Of The Owner Or Building Occupants. The Owner Also Reserves The Right To Waive Any Technicality Or Irregularity In A Bid. Failure To Submit Requested information/documentation Can Result In Automatic Disqualification Of Bid Package. submittals And Notices pre-remediation: submit The Location Of The Landfill To Be Used For Disposal Of The Mold Contaminated Material. submit A List Of All Personnel Who Will Be Involved In The Remediation Activity Including, Supervisors, Workers, And Any Other Personnel Or Agent Who May Be Responsible For Any Aspect Of The Remediation Activities. submit Documentation From A Physician That All Employees Or Agents Have Been Medically Monitored To Determine Whether They Are Physically Capable Of Working While Wearing The Respirator Required Without Suffering Adverse Health Effects. submit Documentation Of Respirator Fit Testing For All Employees And Agents Who Must Enter The Work Area. Document Niosh Approval Of All Respiratory Protective Devices Utilized On-site. submit A List Of Equipment For This Project. with The Owner Or Owner's Representative, Inspect The Premises Wherein All Remediation And Remediation Related Activities Will Occur And Submit A Statement Signed By Both, Agreeing On Building And Fixture Condition Prior To The Commencement Of The Work. submit Manufacturer's Certification That Hepa Vacuums, Negative Pressure Ventilation Units, And Other Local Exhaust Ventilation Equipment Conform To Ansi 29.2-79. when Rental Equipment Is To Be Used In Remediation Areas Or To Transport Mold Contaminated Waste, A Written Notification Concerning Intended Use Of The Rental Equipment Must Be Provided To The Rental Agency With A Copy Submitted To The Owner. during Remediation Activities: submit Weekly Job Progress Reports Detailing Remediation Activities And Progress. submit Copies Of All Transport Manifests, Trip Tickets And Disposal Receipts For All Mold Waste Materials Removed From The Work Area During The Remediation Process. post In The Clean Room Area Of The Worker Decontamination Enclosure: a List Containing The Names, Addresses, And Telephone Numbers Of The Contractor, The Owner, The Assessment Professional, The Testing Laboratory And Any Other Personnel Who May Be Required To Assist During Remediation Activities. a Logbook To Record Names Of All Personnel Who Enter The Work Area. a Copy Of Emergency Procedures. telephone Numbers Of All Emergency Personnel And Principals For This Remediation Project. the Project Will Not Be Considered Completed Until All Submittals Are Received By The Owner. This Will Affect Payment For The Project. site Security the Work Area Is To Be Restricted Only To Authorized, Trained, And Protected Personnel. These May Include The Contractor's Employees, Employees Of subcontractors, Owner Employees And Representatives, State And Local Inspectors And Any Other Designated Individuals. entry Into The Work Area By Unauthorized Individuals Shall Be Reported Immediately To The Owner By The Contractor. access To The Work Area Shall Be Through A Single Worker Decontamination System. All Other Means Of Access (doors, Windows, Hallways, Etc.) Shall Be Blocked Or Locked So As To Prevent Entry To Or Exit From The Work Area. The Only Exceptions For This Rule Are The Waste Pass Out Airlock Which Shall Be Sealed Except During The Removal Of Containerized Mold Waste From The Work Area, And Emergency Exits In Case Of Fire Or Accident. Emergency Exits Shall Not Be Locked From The Inside; However, They Shall Be Sealed With Polyethylene Sheeting And Tape Until Needed. the Contractor Shall Have Control Of Site Security During Remediation Operations Whenever Possible, In Order To Protect Work Efforts And Equipment. contractor Will Have Owner's Assistance In Notifying Building Occupants Of Impending Activity And Enforcement Of Restricted Access By Owner's Employees. emergency Planning emergency Planning Shall Be Developed Prior To Remediation Initiation And Agreed To By Contractor And Owner. emergency Planning Shall Include Considerations Of Fire, Explosion, Toxic Atmospheres, Electrical Hazards, Slips, Trips And Falls, Confined Spaces, And Heat Related Injury. Written Procedures Shall Be Developed And Employee Training In Procedures Shall Be Provided. employees Shall Be Trained In Evacuation Procedures In The Event Of Work Place Emergencies. part 2 Materials And Equipment materials general: deliver All Materials In The Original Packages, Containers, Or Bundles Bearing The Name Of The Manufacturer And The Brand Name. store All Materials Subject To Damage Off The Ground, Away From Wet Or Damp surfaces, And Under Cover Sufficient Enough To Prevent Damage Or Contamination. polyethylene Sheeting For Walls And Stationary Objects Shall Be A Minimum Of 4 Mil Thick. For Floors And All Other Sheeting Of At Least 6 Mil Thickness Shall Be Used In Widths Selected To Minimize The Frequency Of Joints. tape - Duct, Glass Fiber, Or Other Type Capable Of Sealing Adjacent Sheets Of Polyethylene And Capable Of Sealing Polyethylene To Dissimilar Finished Or Unfinished Surfaces Under Both Wet And Dry Conditions Including The Use Of Amended Water. polyethylene Sheeting Utilized For Worker Decontamination Enclosure Shall Be Opaque White Or Black In Color. disposal Bags Shall Be Of 6 Mil Polyethylene. disposal Drums Shall Be Metal Or Fiberboard With Locking Ring Tops. equipment general: a Sufficient Quantity Of Negative Pressure Ventilation Units Equipped With Hepa Filtration Shall Be Utilized To Provide One Workplace Air Change Every 15 Minutes Or A Static Pressure Within The Work Area Of At Least -0.02 Inches Of Water Column. These Ventilation Units Must Be Commercially Produced Units And Not Self-manufactured. Ventilation Units To Be Exhausted Outside.the Contractor Shall Furnish A Copy Of Their Calculations To Obtain This Air Flow Or Static Pressure If Requested By The Owner. air Purifying Respirators Equipped With Hepa Filters Will Be Required. A Sufficient Supply Of Filters Shall Be Available In The Clean Change Area. This Requirement May be Modified By The Assessment Professional If Air Sampling Results Indicate The Need For More Protection. air Purifying Respirators With Dual High Efficiency (hepa) Filters May Be Utilized During Work Area Preparation Activities. Spectacle Kits And Eyeglasses Must Be Provided For Employees Who Wear Glasses And Who Must Wear Full Face Piece Respirators. Respirators Shall Be Provided That Have Been Tested And Approved By The National institute Of Occupational Safety And Health For Use In Mold Contaminated Atmospheres. full Body Disposable Protective Clothing, Including Head, Body And Foot Coverings (unless Using Footwear As Described In Section 2.02 (a)(6) Consisting Of Material Impenetrable By Mold (tyvek Or Equivalent) Shall Be Provided To All Workers In Sizes Adequate To Accommodate Movement Without Tearing. additional Safety Equipment (e.g., Hard Hats, Eye Protection, Safety Shoes Meeting The Applicable Ansi Standard, Disposable Pvc Gloves) As Necessary, Shall Be Provided To All Workers And Authorized Visitors. nonskid Footwear Shall Be Provided To All Remediation Workers. Disposable Clothing Shall Be Adequately Sealed To The Footwear To Prevent Body Contamination. a Sufficient Supply Of Disposable Mops, Rags And Sponges For Work Area Decontamination Shall Be Available. mobile Radios, Telephones, Etc. As Required By The Project Will Be Provided By The Contractor. removal/cleaning Equipment: sufficient Supply Of Scaffolds, Ladders, Lifts And Hand Tools Shall Be Provided As Needed. sprayers With Pumps Capable Of Providing A Water Stream Or Mist For Dust Control. rubber Dustpans And Rubber Squeegees Shall Be Provided For Cleanup. brushes Utilized For Removing Loose Mold Containing Material Shall Have Nylon Or Fiber Bristles, Not Metal. a Sufficient Supply Of Hepa Filtered Vacuum Systems Shall Be Available During Cleanup. part 3 Execution preparation post Caution Signs At Any Location And Approaches To A Location Where Airborne Concentrations Of Mold May Exceed Ambient Background Levels. Additional Signs May Need To Be Posted Following Construction Of Workplace Enclosure Barriers. shut Down And Lock Out Electric Power To All Work Areas As Necessary If Wet Conditions Warrant. Provide Temporary Power And Lighting. Ensure Safe Installation (including Ground Faulting) Of Temporary Power Sources And Equipment By Compliance With All Applicable Electrical Code Requirements And Osha Requirements For Temporary Electrical Systems. shut Down And Lock Out All Heating, Cooling And Air Conditioning System (hvac) Components That Are In, Supply Or Pass Through The Work Area. Seal All Intake And Exhaust Vents In The Work Area With Tape And 6 Mil Polyethylene. Also Seal Any Seams In System Components That Pass Through The Work Area. Remove All Hvac System Filters And Place In Labeled 6 Mil Polyethylene Bags For Staging And Eventual Disposal As Mold Contaminated Waste. due To Hvac Being Offline During Winter Conditions, Contractor To Provide Temporary Heat To Maintain Indoor Temperature Of 60 Degrees Fahrenheit Throughout Building. the Contractor Shall Provide Sanitary Facilities For Remediation Personnel Outside Of The Enclosed Work Area And Maintain Them In A Clean And Sanitary Condition Throughout The Project. seal Off All Windows, Doorways, Elevator Openings, Corridor Entrances, Drains, Ducts, Grills, Grates, Diffusers, Skylights, And Any Other Openings Between The Work Area And Uncontaminated Areas Outside Of The Work Area With 4 Mil Polyethylene Sheeting And Tape. barrier Walls Will Be Constructed Of 4 Mil Polyethylene Sheeting Extending From The Ceiling To Floor. workplace Exits worker Decontamination Enclosure System: worker Decontamination Enclosure Systems Shall Be Provided At All Locations Where Workers Will Enter Or Exit The Work Area. worker Decontamination Enclosure Systems Constructed At The Work Site Shall Utilize 6 Mil Opaque White Or Black Polyethylene Sheeting Or Other Acceptable Materials For Privacy. Detailed Descriptions Of Portable, Prefabricated Units, If Used, Must Be submitted For The Owner's Approval. Plans Must Include Floor Plan With Dimensions, Materials, Size, Thickness, Plumbing, And Electrical Utilities. the Worker Decontamination Enclosure System Shall Consist Of At Least A Clean Room And An Airlock. entry And Exit From The Decontamination Enclosure System Chamber Shall Be Through Curtained Doorways Consisting Of Two Sheets Of Overlapping Polyethylene Sheeting. One Sheet Shall Be Secured At The Top And Left Side, The Other Sheet At The Top And Right Side. Both Sheets Shall Have Weights Attached To The Bottom To Ensure That They Hang Straight And Maintain A Seal Over The Doorway When Not In Use. the Clean Room Shall Be Sized To Adequately Accommodate The Work Crew. Benches Shall Be Provided As Well As Hooks For Hanging Up Street Clothes. Shelves For Storing Respirators Shall Also Be Provided In This Area. Clean Work Clothes: Clean Disposable Clothing, Replacement Filters For Respirators, Towels, And Other Necessary Items Shall Be Provided In Adequate Supply In The Clean Room. A Location For Postings Shall Also Be Provided In This Area. Whenever Possible, A Lockable Door Shall Be Used To Permit Access Into The Clean Room From Outside The Work Area. Lighting, Heat, And Electricity Shall Be Provided As Necessary For Comfort. This Space Shall Not Be Used For Storage Of Tools, Equipment Or Materials, Or As An Office Space. waste Container Pass Out Airlock: the Waste Container Pass Out Airlock Shall Be The Same As The Exit Entry Airlock. emergency Exits: emergency Exits Shall Be Established And Clearly Marked With Duct Tape Arrows Or Other Effective Designations To Permit Easy Identification From Anywhere Within The Work Area. They Shall Be Secured To Prevent Access From Uncontaminated Areas And Still Permit Emergency Exiting. These Exits Shall Be Properly Sealed With Polyethylene Sheeting Which Can Be Cut To Permit Egress If Needed. These Exits May Be The Worker Decontamination Enclosure, The Waste Pass Out Airlock And/or Other Alternative Exits Satisfactory To Fire Officials. isolation Of The Workplace maintenance Of Enclosure Systems: following Completion Of The Construction Of All Polyethylene Barriers And Decontamination System Enclosures, Allow Overnight Settling To Ensure That Barriers Will Remain Intact And Secured To Walls And Fixtures Before Beginning Actual Remediation Activities. all Polyethylene Barriers Inside The Workplace, In The Worker Decontamination Enclosure System, In The Waste Container Pass Out Airlock And At Partitions constructed To Isolate The Work Area From Occupied Areas Shall Be Inspected At Least Twice Daily, Once Prior To The Start Of Each Day's Remediation Activities. Document Inspections And Observations In The Daily Project Log. damage And Defects In The Enclosure System Are To Be Repaired Immediately Upon Discovery. negative Pressure To Be Monitored With A Continuous Reading Device. A Record Of This Shall Be Furnished To The Owner. Use Smoke Tubes To Test The Effectiveness Of The Barrier System When Directed By The Owner. at Any Time During The Remediation Activities After Barriers Have Been Erected, If Visible Material Is Observed Outside Of The Work Area Or If Damage Occurs To Barriers, Work Shall Immediately Stop, Repairs Be Made To Barriers, And Debris/residue Cleaned Up Using Appropriate Hepa Vacuuming And Wet Mopping Procedures. install And Initiate Operation Of Negative Pressure Ventilation Equipment As Needed To Provide One Air Change In The Work Area Every 15 Minutes Or Produce A Static Pressure Of -0.02 Inches Of Water Column. (see Section 2.02 (a)) Openings Made In The Enclosure System To Accommodate These Units Shall Be Made Airtight With Tape And/or Caulking As Needed. If More Than One Unit Is Installed, They Should Be Turned On One At A Time, Checking The Integrity Of Wall Barriers For Secure Attachment And The Need For Additional Reinforcement. Ensure That Adequate Power Supply Is Available To Satisfy The Requirements Of The Ventilating Units. Negative Pressure Ventilation Units Shall Be Exhausted To The Outside Of The Building Whenever Feasible. Additional Negative Pressure Ventilation Units May Be Exhausted Inside The Work Area To Provide Continuous Air Cleaning. They Shall Not Be Exhausted Into Occupied Areas Of The building. Twelve-inch Extension Ducting Shall Be Used To Reach From The Work Area To The Outside When Required. Careful Installation, Air Monitoring And Daily Inspections Shall Be Done To Ensure That The Ducting Does Not Release Fibers Into Uncontaminated Building Areas. once Constructed And Reinforced As Necessary, With Negative Pressure Ventilation Units In Operation As Required, Test Enclosure For Leakage Utilizing Smoke Tubes. Repair Or Reconstruct As Needed. workplace Entry And Exit Procedures personnel Entry And Exit: all Workers And Authorized Personnel Shall Enter The Work Area Through The Worker Decontamination Enclosure System. Workers Shall Not Eat, Chew, Or Smoke Once They Have Entered The Work Area. Eating May Take Place Just Outside The Clean Room. Smoking, At Any Time During The Project, Is Prohibited On The Campus. all Personnel, Before Entering The Work Area, Shall Read And Be Familiar With All Posted Regulations, Personal Protection Requirements (including Workplace Entry And Exit Procedures) And Emergency Procedures. A Sign Off Sheet Shall Be Used To Acknowledge That These Procedures Have Been Reviewed And Understood By All Personnel Prior To Entry. all Personnel Shall Proceed First To The Clean Room And Appropriately Don Respiratory Protection And Launderable And/or Disposable Coveralls, Head Covering, And Foot Covering. Hard Hats, Eye Protection, And Gloves Shall Also Be Utilized If Required. Clean Respirators And Protective Clothing Shall Be Provided And Utilized By Each Person For Each Separate Entry Into The Work Area. personnel Wearing Designated Personal Protective Equipment Shall Proceed From The Clean Room Through The Airlock Into The Main Work Area. before Leaving The Work Area All Personnel Shall Remove Gross Contamination From The Outside Of Respirators And The Outer Protective Clothing By Brushing And/or Wet Wiping Procedures. Each Person Shall Clean Bottoms Of Protective Footwear Just Prior To Entering The Airlock. personnel Shall Proceed To The Airlock Where They Remove The Outer Protective equipment Except Respirators. Deposit Disposable And/or Launderable Clothing Back Into The Work Area Into Appropriately Labeled Containers For Disposal And/or laundering. reusable, Contaminated Footwear Shall Be Stored In The Airlock When Not In Use In The Work Area. Upon Completion Of Remediation, It Shall Be Disposed Of As Mold Contaminated Waste. Rubber Boots May Be Decontaminated At The Completion Of The Remediation Project For Reuse. still Wearing Respirators, Personnel Shall Proceed To The Clean Room, Clean The Outside Of The Respirators And The Exposed Face Area Under Running Water Prior To Removal Of Respirator. Various Types Of Respirators Will Require Slight Modification Of These Procedures. don Clean Disposable And/or Launderable Clothing If There Will Be Later Reentry Into The Work Area Or Street Clothes If It Is The End Of The Work Shift. these Procedures Shall Be Posted In The Clean Room And Equipment Room. waste Container Pass Out Procedures: mold Contaminated Waste That Has Been Containerized Shall Be Transported Out Of The Work Area Through The Waste Container Pass Out Airlock Or Through The Worker Decontamination Enclosure If A Separate Airlock Has Not Been Construction. waste Pass Out Procedures Shall Utilize Two Teams Of Workers, An "inside" Team And An "outside" Team. the Inside Team Wearing Appropriate Protective Clothing And Respirators For Inside The Work Area Shall Clean The Outside, Including Bottoms, Containers (bags, Drums, Or Wrapped Components) Using Hepa Vacuums And Wet Wiping Techniques And transport Them Into The Waste Container Pass Out Airlock. the Outside Team, Wearing Appropriately Assigned Respirators, Shall Enter The Airlock From The Outside Of The Work Area, Remove Them From The Airlock To The Outside. No Worker From The Outside Team Shall Further Enter The Work Area Through This Airlock. The Exit From This Airlock Shall Be Secured When Not In Use To Prevent Unauthorized Entry. personnel Protection Requirements training: prior To Commencement Of Remediation Activities, The Contractor Shall Have One Person Designated As A Competent Supervisor. This Person Shall Be On-site At All Times. special On-site Training On Equipment And Procedures Unique To This Job Site Shall Be Performed As Required. training In Emergency Response And Evaluation Procedures Shall Be Provided. respiratory Protection: all Respiratory Protection Shall Be Provided To Workers In Accordance With The Written Respiratory Protection Program, Which Includes All Items In osha 29 Cfr 1910.134 (b)(1-11). This Program Shall Be Posted In The Clean Room Of The Worker Decontamination Enclosure System. workers Shall Be Provided With Personally Issued, Individually Identified Respirators. respirator Types Shall Be Utilized According To The Following Schedule: full Face Air Purifying Respirators With Dual Hepa Filters Shall Be Utilized By Workers During Remediation Operations. full Face Powered Air Purifying Respirators Equipped With Hepa Filters May Be Used During Remediation Activities. fit Testing: workers Must Perform Positive And Negative Air Pressure Fit Tests Each Time A Respirator Is Put On, Wherever The Respirator Design So Permits. Powered Air Purifying Respirators Shall Be Tested For Adequate Flow As Specified By The manufacturer. workers Shall Be Given A Qualitative Fit Test In Accordance With Procedures Detailed In The Osha Lead Standard (29 Cfr 1910.1025, Appendix D, Qualitative Fit Test Protocols) For All Respirators To Be Used On This Remediation Project. An Appropriate administered Quantitative Fit Test May Be Substituted For The Qualitative Fit Test. documentation Of Adequate Respirator Fit Must Be Provided To The Owner. no One Wearing A Beard Shall Be Permitted To Don A Respirator And Enter The Work Area. protective Clothing: disposable Clothing Including Head, Foot, And Full Body Protection Shall Be Provided In Sufficient Quantities And Adequate Sizes For All Workers And Authorized Visitors. launderable Clothing, If Required, Shall Be Provided In Sufficient Quantities And Adequate Sizes For All Workers And Authorized Visitors. hard Hats, Protective Eyewear, Gloves, Rubber Boots, And/or Other Footwear Shall Be Provided As Required For Workers And Authorized Visitors. Safety Shoes May Be Required For Some Activities. commencement Of Work enclosure Systems Have Been Constructed And Tested. negative Pressure Ventilation Systems Are Functioning Adequately. all Pre-remediation Submissions, Notifications, Postings, And Permits Have Been Provided And Are Satisfactory To The Owner. all Equipment For Remediation, Cleanup, And Disposal Are On Hand. all Worker Training Is Completed. contractor Receives Written Permission From The Owner To Commence Remediation. removal/cleaning Procedures protection Of Materials Not Being Removed: materials That Are Not Being Removed Are To Be Protected From Any Damage That May Occur During Work. The Acoustic Ceiling Tile Suspension Grid Is To Be Cleaned Yet Remain In Place And Is Not To Be Damaged During The Removal Of The Tiles. level One: clean And Isolate Active Work Areas In Accordance With Section 3.01. wet All Mold Containing Materials With An Approved Biocide Solution Using Equipment Capable Of Providing A Fine Spray Mist, To Reduce Airborne Concentrations When The Material Is Disturbed. Keep All Removed Material Wet Enough To Prevent Release Until It Can Be Containerized For Disposal. removal And Cleaning: all Acoustic Ceiling Tiles, All Carpet Throughout The Entire Building Are To Be Removed And Properly Disposed Of. non-porous Materials - All Non-porous Surfaces Are To Be Cleaned Using A detergent Solution Or Solution Of Contractor's Choice That Will Re Move Mold. Hepa Vacuums May Be Used Along With The Solution For Cleaning. all Materials Need To Be Dried. Examples Of Non-porous Materials Include: metal glass hard Plastics plumbing Fixtures all Hvac Diffusers Are To Be Removed, Thoroughly Cleaned (as Detailed Above) And Set Aside Per Owner S Direction To Be Re-installed Later. semi-porous (e.g. Wood Doors, Unsealed Concrete) All Semi-porous Surfaces Are To Be Cleaned Using A Detergent Solution Or Solution Of Contractor's Choice That Will Remove Mold. This Solution Must Be Approved By Owner. Hepa Vacuums May Be Used Along With The Solution For Cleaning. All Materials Need To Be Dried. Examples Of Semi-porous Materials Include: wood concrete porous Materials - Remove All Porous Materials Where Visible Mold Growth Or Evidence Of Moisture Is Present. The Materials Should Be Removed, Bagged And Discarded. Examples Of Porous Materials Include: drywall insulation Of All Types carpet (all Being Removed, Regardless Of Evidence) acoustic Ceiling Tiles (all Being Removed, Regardless Of Evidence) containers (6 Mil Polyethylene Bags) Shall Be Sealed When Full. Bags Shall Not Be Overfilled. They Should Be Securely Sealed To Prevent Accidental Opening And Leakage By Tying Tops Of Bags In An Overhead Knot Or By Taping In gooseneck Fashion. Do Not Seal Bags With Wire Or Cord. Bags Shall Be Decontaminated On Exterior Surfaces By Wet Cleaning And Hepa Vacuuming. large Components Removed Intact May Be Wrapped In 2 Layers Of 6 Mil Polyethylene Sheeting Secured With Tape For Transport To The Landfill. mold Containing Waste With Sharp Edged Components (e.g., Nails, Screws, Metal Lath, Tin Sheeting) Will Tear The Polyethylene Bags And Sheet And Shall Be Reinforces With Extra Bags Or Wrapping. cleanup Procedure remove And Containerize All Visible Accumulations Of Mold Containing Material And Mold Contaminated Debris Utilizing Rubber Dust Pans, Rubber Squeegees, Hepa vacuums, Etc. remove All Containerized Waste From The Work Area And Waste Container Pass Out Airlock. decontaminate All Tools And Equipment And Remove At The Appropriate Time In The Cleaning Sequence. inspect The Work Area For Visible Residue. If Any Accumulation Of Residue Is Observed, It Will Be Assumed To Be Mold And The Work Area Must Be Re-cleaned. the Work Area Shall Be Cleaned Until It In Compliance With Criteria Agreed Upon By The Contractor And Owner Prior To Initiation Of Remediation Activities. following The Satisfactory Completion Of Clearance Criteria Remaining Barriers May Be Removed And Properly Disposed Of. A Final Visual Inspection By The Owner Shall Ensure That No Contamination Remains In The Work Area. Unsatisfactory Conditions May Require Additional Cleaning And Air Monitoring (see Section 3.11, Reestablishment Of The Work Area). clearance Testing following The Completion Of Cleanup Operations, The Remediation Contractor Shall Notify The Owner (or Industrial Hygiene Consultant Selected By Owner) When The Building Area Is Ready For Clearance Testing. Remediation Contractor Will Not Be Responsible For Performing Clearance Testing. The Owner (via Contracted Industrial Hygienist) Shall Arrange For Collecting Samples. 3.10 Disposal Procedures general: as The Work Progresses, To Prevent Exceeding Available Storage Capacity Onsite, Sealed And Labeled Containers Of Mold Containing Waste Shall Be Removed And Stored In The Dumpster On-site Until It Is Transported To The Prearranged Disposal Location. all Waste Shipment Records Shall Be Delivered To The Owner. A Recommended Record Keeping Format Utilizes The Waste Shipment Record (wsr) Which Includes The Names And Addresses Of The Generator (owner), Contractor, Transporter, And Disposal Site, The Estimated Quantity Of The Mold Waste And The Type Of Containers Used. transportation To The Landfill: once Drums, Bags And Wrapped Components Have Been Removed From The Work Area, They Shall Be Loaded Into An Enclosed Truck Or Dumpster For Transportation. any Debris Or Residue Observed On Containers Or Surfaces Outside Of The Work Area Resulting From Cleanup Or Disposal Activities Shall Be Immediately Cleaned Up Using Hepa Filtered Vacuum Equipment And/or Wet Methods As Appropriate. large Metal Dumpsters Are Sometimes Used For Mold Waste Disposal. These Should Have Doors Or Tops That Can Be Closed And Locked To Prevent Vandalism Or Other Disturbance Of The Bagged Mold Debris And Wind Dispersion Of Mold Fibers. Bags Shall Be Placed, Not Thrown, Into These Containers To Avoid Splitting. disposal At The Landfill: upon Reaching The Landfill, Trucks Are To Approach The Dump Location As Closely As Possible For Unloading Of The Mold Containing Waste. bags, Drums, And Components Shall Be Inspected As They Are Off Loaded At The Disposal Site. Waste Containers Shall Be Placed On The Ground At The Disposal Site, Not Pushed Or Thrown Out Of The Trucks. following The Removal Of All Containerized Waste, The Truck Cargo Area Shall Be Decontaminated Using Hepa Vacuums And/or Wet Methods To Meet The No Visible Residue Criteria. 3.11 Re-establishment Of The Work Area And Systems re-establishment Of The Work Area Shall Only Occur Following The Completion Of Cleanup Procedures And After Clearance Criteria Have Been Met And Documented To The Satisfaction Of The Owner. the Contractor And Owner Shall Visually Inspect The Work Area For Any Remaining Visible Residue. Evidence Of Contamination Will Necessitate Additional Cleaning Requirements In Accordance With Section 3.07. following Satisfactory Clearance Of The Work Area, Remaining Polyethylene Barriers May Be Removed And Disposed Of As Mold Contaminated Waste. at The Discretion Of The Contractor, Mandatory Requirements For Personal Protective Equipment May Be Waived Following The Removal Of All Barriers. re-secure Mounted Objects Removed From Their Former Positions During Area Preparation Activities. relocate Objects That Were Removed To Temporary Locations Back To Their Original Positions. reestablish Hvac, Mechanical And Electrical Systems In Proper Working Order. Remove Contaminated Hvac System Filters And Dispose Of As Mold Contaminated Waste. Decontaminate Filter Assembly Using Hepa Vacuums And Wet Cleaning Techniques. Install New Filters In Hvac Systems. Dispose Of Old Filters. repair All Areas Of Damage That Occurred Because Of Remediation Activities. period Of Performance upon Notice To Proceed, Contractor Shall Have 30 Calendar Days To Complete The Scope Detailed In This Document.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 562-22-700, Construct Ehrm Infrastructure Upgrades At The Erie Va Medical Center (vamc) Located In Erie, Pennsylvania. project Description: the Erie Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades Erie, Pa At The Erie Va Medical Center, In Accordance With The Drawings And Specifications. Work Includes General Construction, Alterations, Grading, And The Following Infrastructure Improvements: Electrical Power (normal And Emergency); Bonding; Ups; Building Management System (bms) Interfaces; New And Upgrades Of Existing Hvac; Reconfiguration, Expansion, And Renovation Of Existing Spaces; Communication Infrastructure; Physical Security Upgrades; Upgrade Of Fiber Infrastructure Backbone Campus-wide, Within Buildings And Between Buildings; Construct New Data Center; Hazardous Material Abatement And All Necessary Removal Of Existing Structures And Construction Of Certain Other Items. the Upgrade To The Infrastructure Will Include Campus Wide New Campus Wide Fiber Backbone Underground Routing And Will Require Excavation, Trenching, Reinforced Concrete Duct Bank With Associated Access Points. Campus Buildings Impacted By The Upgrades Include Buildings 1, 6, 7, 8, 11, 14, And 18. Upgrades In These Buildings Will Include Existing Rooms And Telecommunications Closets And Include Relocation, Reconfiguration, Expansion, And Renovation Involving New Walls, Doors And Finishes, Etc. Throughout Each Space. construction Shall Comply With Va Infrastructure Standard For Telecommunications Spaces (ists) V4.0, June 1, 2023. New Data Center To Include Electrical Distribution, Cable Management, Data Cabinets, Finishes And Hvac. The Data Center Is Designed For And Meeting The Requirements Of A Small/medium Campus Support Center. The Data Center Shall Be Constructed To Withstand Blast Protection Requirements Per The Va Psrdm. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In March, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 540 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15). section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 15, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: leslie Prather contract Specialist leslie.prather@va.gov secondary Point Of Contact: samantha Mihaila contracting Officer samantha.mihaila@va.gov

Establishments And Organizations Of Higher Education, Research And Innovation Tender

Others...+1Civil And Construction
Corrigendum : Closing Date Modified
France
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: This Call for Competition Relates to a Project Management Assistance Mission for the Renewal and Monitoring of the Operation-Maintenance Market for the HVAC and BMS Installations of the Real Estate Portfolio of Jean Monnet University.

Emergency University Hospital Bucharest - Romania Tender

Works
Others
Romania
Closing Date16 Jan 2025
Tender AmountRON 363.2 Million (USD 75.1 Million)
Details: Title: Proiectare Si Executie Lucrari Pentru Obiectivul „extinderea Aripilor A1 Si A4 Ale Spitalulului Universitar De Urgenta Bucuresti Cu Regim De Inaltime Sth+p+3e/sth+p+6e, Amenajare Parcari Exterioare” description: Obiectul Contractului Il Reprezinta Proiectarea Si Executia Lucrarilor Pentru Obiectivul „extinderea Aripilor A1 Si A4 Ale Spitalulului Universitar De Urgenta Bucuresti Cu Regim De Inaltime Sth+p+3e/sth+p+6e, Amenajare Parcari Exterioare”. Prin Intermediul Contractului Incheiat Vor Fi Asigurate Urmatoarele: - Servicii De Proiectare – Elaborare Proiect Tehnic De Executie (pte) – Conform Prevederilor Hg 907/2016, Cu Modificarile Si Completarile Ulterioare, Elaborarea Documentatiilor Si Obtinerea Avizelor/acordurilor Solicitate Prin Certificatul De Urbanism Nr. 560/21338 Din Data De 01.07.2022 (valabil Pana La Data De 30.06.2025) Emis De Primaria Municipiului Bucuresti, Precum Si A Documentatiilor Dtac Si Dtoe Si Obtinerea Autorizatiei De Construire; - Asistenta Tehnica Acordata De Proiectant Pe Perioada Executiei A Lucrarilor Si In Perioada De Garantie A Lucrarilor; - Execuție Lucrări În Vederea Construirii Extinderii Aripilor A1 Si A4 Ale Spitalului Universitar Bucuresti (având În Vedere Faptul Că Extinderea Aripilor A1 Si A4 Constituie O Construcție Nouă, Obiectul Contractului Include Executia Tuturor Tipurilor De Lucrari La Obiectivul De Investitii, Respectiv: Lucrari De Structura/rezistenta, Lucrari De Arhitectura, Lucrari De Instalatii Sanitare, Electrice, Termice, Hvac, Gaze Medicale, Gaze Naturale, Etc.). - Executie Parcari Exterioare În Acest Sens A Fost Elaborat Un Studiu De Fezabilitate Prin Intermediul Căruia Este Identificată Soluția Tehnico-economică De Principiu Ce Va Sta La Baza Realizării Obiectivului De Investiții. Obiectul Contractului Supus Prezentei Proceduri Constă În Achiziționarea Serviciilor De Proiectare, A Documentațiilor Pentru Obținerea De Acorduri Și Avize Care Nu Sunt Obtinute, A Proiectelor Tehnice, A Detaliilor De Execuție Și A Oricăror Documente/studii Necesare Elaborării Acestora, Inclusiv Verificarea Tehnică De Specialitate A Proiectului Și Asistența Tehnică Din Partea Proiectantului Și Execuția De Lucrări (cum Ar Fi Amenajarea Terenului, Relocarea/protecția/asigurarea Utilităților, Structură, Arhitectură, Instalații Electrice, Instalații De Curenți Slabi, Instalații De Gaze Naturale, Sisteme De Disribuire A Gazelor Medicale Și Instalații Medicale, Instalții Termice Și De Ventilare, Instalații Sanitare, Montaj Lifturi Și Platforme Ridicătoare Pentru Persoane Cu Dizabilități, Sisteme De Limitare Și Stingere A Incendiilor, Rețele Exterioare, Inclusiv Furnizarea, Montarea Și Punerea În Funcțiune A Utilajelor Și Echipamentelor Tehnologice). Plecând De La Propunerile Tehnice Și Arhitecturale Formulate În Cuprinsul Studiului De Fezabilitate Este Necesară Elaborarea Unei Documentații Tehnice Complete Și Coerente Care Să Expliciteze Și Să Detalieze Cele Mai Potrivite Soluții Tehnice Si Constructive Privind Realizarea Unei Noi Construcții. În Etapa Următoare Finalizării Proiectului Tehnic Și A Obținerii Tuturor Avizelor Necesare Și A Autorizației De Construire Aferente Se Va Proceda La Realizarea Pe Baza Acestui Proiect Tehnic A Lucrărilor De Execuție. Orice Operator Economic Interesat Are Dreptul De A Solicita Clarificări Sau Informații Suplimentare În Legătură Cu Documentația De Atribuire. În Măsura În Care Solicitările De Clarificare Sunt Primite Cu Cel Puțin 25 Zile Înainte De Termenul Limită Stabilit Pentru Depunerea Ofertelor, Autoritatea Contractantă Va Răspunde În Mod Clar Și Complet Tuturor Acestor Solicitări De Clarificare Cu Cel Putin 15 Zile Inainte De Termenul Stabilit Pentru Depunerea Ofertelor.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: Description:the U.s. Army Corps Of Engineers (usace) Louisville District Intends To Issue A Request For Proposal (rfp), Solicitation No. W912qr25ba007, For A Fully Designed Project To Include Renovation/addition Of An Aircrew Readiness Facility Located At Beale Air Force Base, Ca. A Description Of The Construction Project Is As Follows: construct 427 Sm (4,596 Sf) Addition To B1232 Which Includes Restrooms, Crew Quarters, And Services Rooms. Project Will Consist Of Concrete Foundation And Floor Slab, Steel Frame, Standing Seam Metal Sloped Roof, Metal Stud Backup And Brick Veneer, Metal Stud And Gypsum Board Interior Walls, And Interior Finishes. An Associated Aircrew Vehicle Parking Area Will Also Be Constructed Adjacent To The Flightline And New Addition. Project To Include Utilities, Site Improvements, Communications Infrastructure, Signage, Lighting, And All Necessary Supporting Work For A Complete And Usable Facility. facility Will Be Designed As Permanent Construction In Accordance With Department Of Defense Unified Facilties Criteria 1-200-01. This Project Will Comply With Department Of Defense Antiterrorism/force Protection Requirements Per Unified Facilities Criteria 4-010-01. Air Conditioning: 15 Tons. renovation Of Roughly 1,961 Square Feet (sf) (182 Square Meters) Within B1232, Including Metal Stud And Gypsum Board Interior Walls, Interior Finishes, Heating, Ventilation, And Air Conditioning (hvac), And Electrical And Communications Systems. The Renovated Areas Will Provide Space For 940 Arw Aircrews, Which Include Kitchens, Restrooms, Administrative Space, And Dining/briefing Areas. This Project Includes All Mechanical, Electrical, Civil, And Structural Repairs For A Complete And Usable Facility. the Contract Duration Is Expected To Be 443 Days From Notice To Proceed. type Of Contract And Naics:this Rfp Will Be For One (1) Firm-fixed-price (ffp) Contract. The North American Industrial Classification System Code (naics) For This Effort Is 236220 -commercial And Institutional Building Construction. type Of Set-aside:this Acquisition Will Be Set-aside 100% For Small Businesses. selection Process:this Is A Design/bid/build Procurement, Invitation For Bid, Sealed Bid. discussions:the Government Intends To Award Without Discussions But Reserves The Right To Conduct Discussion Should It Be Deemed In The Government's Best Interest. construction Magnitude:the Magnitude Of This Construction Project Is Anticipated To Be Between $5 Million And $10 Million In Accordance With Far 36.204. anticipated Solicitation Release Date:the Government Anticipates Releasing The Solicitation On Or About 06 February 2025. Additional Details Can Be Found In The Solicitation When It Is Posted Towww.sam.gov solicitation Website:the Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found At The Contracting Opportunities Website,www.sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Telephone And Fax Requests For This Solicitation Will Not Be Honored. Project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. To Download The Solicitation For This Project, Contractors Are Required To Register At The Federal Business Opportunities Website Atwww.sam.gov. Amendments, If/when Issued, Will Be Posted To The Above Referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offerors Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. registrations: offerors Shall Have And Shall Maintain An Active Registration In The Following Database: system For Award Management (sam): Offerors Shall Have And Shall Maintain An Active Registration In The Sam Database At Http://www.sam.gov To Be Eligible For A Government Contract Award. If The Offeror Is A Joint Venture (jv), The Jv Entity Shall Have Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If At The Time Of Award An Offeror Is Not Actively And Successfully Registered In The Sam Database, The Government Reserves The Right To Award To The Next Prospective Offeror. point-of-contact:the Point-of-contact For This Procurement Is Contract Specialist Adam Brooks At Adam.m.brooks@usace.army.mil. this Announcement Serves As The Advance Notice For This Project. Responses To This Synopsis Are Not Required.

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement Only. It Is Neither A Solicitation Announcement Nor A Request For Proposal (rfp) Or Request For Quote (rfq) And It Does Not Obligate The Government To Award A Contract. Request For A Solicitation Will Not Receive A Response. The Purpose Of This Sources Sought Announcement Is For Market Research To Make The Appropriate Acquisition Decisions, To Include Set Aside Decisions And To Gain Knowledge Of Potential Qualified Sources And Their Small Business Administration (sba) Size Classification And Socioeconomic Status In Relation To North American Industry Classification System (naics) 238220 - Plumbing, Heating, And Air-conditioning Contractors. the General Services Administration (gsa) Public Buildings Service (pbs) Region 9 Is Seeking To Complete Mechanical Systems Projects At Various Federal Buildings And Leased Buildings Under Los Angeles Service Center’s (lasc) Area Of Responsibility. The Anticipated Size Of Our Requirements Generally Fall Between The Range Of $250,000.00 And $4,500,000.00. Lasc Is Responsible For Various Federal Buildings, Which Includes U.s. Courthouses, Federal Buildings And Other Facilities That Are Located In Southern California. Additional Information On Region 9’s Federal Buildings Can Be Found At This Website: Https://www.gsa.gov/about-us/regions/region-9-pacific-rim/buildings-and-facilities. region 9 Has Interest In, But Not Limited To, The Following Types Of Mechanical Systems Work: heating, Ventilating, And Air-conditioning (hvac) Packaged Systems & Controls, Building Automation Systems boilers (gas/diesel/electric), And Chillers, And Heat Exchangers air Handling Units, Cooling Towers, Condensers, Ducted And Floor Mounted Fan-coils, And Vav Boxes, New Installation And/or Replacement. hydronic And Domestic Hot And Cold Water Systems please Note, This Is Preliminary Market Research And The List Of Potential Mechanical Systems Work Above Does Not Include Currently Available Projects, But Upcoming Projects Of Similar Type And Scope May Become Available As Needed By The Government. This Sources Sought Is To Gather Market Research On Vendor Capabilities And Their Respective Socioeconomic Status, Which Will Inform How We Solicit The Final Requirement To Vendors. all Interested Vendors Who Have The Experience And Capability To Execute A Mechanical Project Must Provide A Written Response To This Sources Sought Notice And Include The Following: a Capability Statement That Addresses The Organizations Qualifications And Ability To Perform The Requested Services; And To Include The Following Information: company Name, address, point Of Contact, phone, Fax, And Email, uei Number, type Of Small Business, E.g., Services Disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), 8(a), Hubzone, Women Owned Small Business (wosb), Small Disadvantaged Business, Or Small Business. list Of Past And/or Current Construction Projects Where Your Firm Self Performed The Mechanical Systems Work. Please Include The Following Information: contract Number contracting Officer Name, Phone Number And Email Address contracting Officer Representative Name, Phone Number And Email Address/ contract Award Amount To Include The Implantation Cost And Overall Total Contract Cost. amount Of Time From Award To Project Completion & Acceptance By The Agency. any Other Pertinent Information That May Assist The Government In Relation To This Requirement, Commercial Standards, Industry Best Practices, Etc. responses To This Sam.gov Notice Shall Be Submitted To Sam.gov. Responses Must Be Received No Later Than February 4, 2025, 11:00 Am Pacific Time (pt). after Review Of The Responses To This Sources Sought Announcement, A Solicitation (rfq / Rfp) May Be Published To A Government Point Of Entry (gpe) Such As Sam.gov. Responses To This Sources Sought Announcement Are Not Considered Adequate Responses To The Solicitation Announcement. All Interested Parties Will Have To Respond To The Solicitation Announcement In Addition To Responding To This Sources Sought Announcement. if There Any Questions Or Concerns, Please Contact Patrick Dunlavey, Contract Specialist At Patrick.dunlavey@gsa.gov Or 415-741-9686. If Contacting By Email, Please Include The Following Title In The Subject Line Of The Email: “gsa Pbs Region 9 Fy25 Mechanical Lasc – Sources Sought Notice”. important Information: The Government Is Not Obligated To Nor Will It Pay For Or Reimburse Any Costs Associated With Responding To This Sources Sought Announcement Request. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued.

ORASUL BARAOLT Tender

Works
Civil And Construction...+2Civil Works Others, Building Construction
Romania
Closing Date27 Jan 2025
Tender AmountRON 64.1 Million (USD 13.4 Million)
Details: Title: Proiectare Si Executie: Modernizarea Serviciilor Spitalicești În Cadrul Spitalului Orășenesc Baraolt Din Județul Covasna Prin Construirea Unei Noi Aripi description: Într-un Contract Mixt, Urmând Scopul Şi Obiectul Proiectului, Se Va Realiza Atât Proiectarea Tehnică, Detalii De Execuție, Asistența Tehnică Din Partea Proiectantului, Activitate Ssm Faza De Proiectare Și Pe Șantier, Cât Şi Executia De Lucrări De Constructii Privind Realizarea Investiției Modernizarea Serviciilor Spitalicești În Cadrul Spitalului Orășenesc Baraolt Din Județul Covasna Prin Construirea Unei Noi Aripi. Obiect 1. Construcție Noua Spital Obiect 2 - Amenajari Exterioare Contract Cu Clauza Suspensivă: Contractul Intră În Vigoare Strict După Și Cu Condiția Semnării Contractului De Finanțare Între Uat Or. Baraolt Și Finanțatorul. Atenție: Dotare Nu Face Obiectul Contractului De Lucrări, Dar -elaborarea Formularelor F4, F5 Conform Hg 907/2016 Intră În Sarcina Proiectantului -echipamente, Utilaje Cu Și Fără Montaj, Necesare Pentru Funcționarea Unității Sunt Cuprinse În Obiectul Contractului De Lucrări, Cum Ar Fi, De Ex. Pompă De Căldură, Sistem Hvac, Etc. Atenție: În Cazul În Care, Ulterior Publicării Anunțului De Participare, Sunt Anumite Avize, Acorduri Condiționate, Cum Ar Fi De Ex. Avizul De La Igsu Pentru Scenariu De Incendiu, Etc., Detalierea, Conformarea Și Proiectarea În Faza Pth-dtac Intra În Sarcina Proiectantului, Fără Cost Suplimentar, Dar Eventuale Costuri Suplimentare Justificate Poate Fi Adăugate La Capitolul De Lucrări, Respectând Art. 221 Din L98/2016. Se Va Executa Și Proiecta Racordurile Și Branșamente Electrice Necesare. Plata Se Va Face Direct Către Operatorul Sistemului De Distribuție Energiei Electrice. Atenție! Contract Cu Preț Forfetar! Conform Codului Civil: ” Art. 1.867 Preţul Forfetar (1) Atunci Când Contractul Este Încheiat Pentru Un Preţ Global, Beneficiarul Trebuie Să Plătească Preţul Convenit Şi Nu Poate Cere O Diminuare A Acestuia, Motivând Că Lucrarea Sau Serviciul A Necesitat Mai Puţină Muncă Ori A Costat Mai Puţin Decât S-a Prevăzut. (2) Tot Astfel, Antreprenorul Nu Poate Pretinde O Creştere A Preţului Pentru Motive Opuse Celor Menţionate La Alin. (1). (3) Preţul Forfetar Rămâne Neschimbat, Cu Toate Că S-au Adus Modificări Cu Privire La Condiţiile De Executare Iniţial Prevăzute, Dacă Părţile Nu Au Convenit Altfel.” Se Va Elabora Pth Și Se Va Utiliza Sume Din Cap. 7.1 Strict Numai Respectând Art. 221 Din Legea 98/2016, Coroborat Cu Art. 1867 Din Codul Civil, Adică Numai În Cazul În Care - Sunt Noi Prevederi Necunoscute În Faza De Ofertare Cum Ar Fi Norme Tehnice Noi, Prevederi Din Raport Nzeb, Prevederi Prevăzute Prin Adrese Transmise De Organe Abilitate Pentru Emiterea Avizelor - Sunt Acoperite Prin Renunțări La Cantități Care Nu Sunt Necesare Pentru Atingerea Obiectivelor - Sunt Prevăzute Ulterior De Către Finanțator În Faza De Evaluare A Proiectului Depus În Cadrul Programului De Sănătate, Coordonat De Mipe Dg Programe De Sănătate, - Sunt Mai Eficiente D.p.d.v. Financiar Pe Termen De 15 Ani, Utilizând Rata De Discontare De 7,6% Pe An, Având În Vedere Costuri De Operare Mai Scăzute Din Cauza Tehnologiei Propuse – Necesită O Comparare Utilizând Metoda De Analiza Cost-beneficiu. Termen De Valabilitate A Contractului: 108 Luni. Durata Maximă De: - Proiectare: 12 Luni, - Execuție A Lucrărilor De Construire Este De 36 Luni. Termene: - Durata De Execuției: 48 Luni, Inclusiv Proiectare, Emiterea Ac Si Lucrări, Perioade De Timp Friguros, - Durata De Garanție: 60 Luni.
591-600 of 641 archived Tenders