SOLICITATION NOTICE
99 -- MOLD REMEDIATION
- Notice Date
- 4/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fcp), USCG Integrated Support Command Cleveland, 1240 East 9th Street, Cleveland, OH, 44199-2060, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCG30-07-Q-3WT301
- Response Due
- 5/8/2007
- Archive Date
- 5/23/2007
- Description
- SCOPE OF WORK Project Title & Number: USCG STA LORAIN, OH Mold Remediation P/N 09-C499941 Benefiting Unit: USCG STA LORAIN, OH Point of Contact: 1 Douglas Young, Station Lorain at 440-288-1207 Project Engineer: Paul Sakian, CEU Cleveland, Ohio at 216-902-6263 Contracting officer?s Technical Representative: Paul Sakian CEU Cleveland, Ohio at 216-902-6376 Scope of Work to Be Completed: 1. Perform intrusive and destructive testing as needed to determine the extent of any mold growth including determining if there is any growth inside the walls separating the Main Hallway and the Mechanical Room. Mold growth is suspect along the inside back wall of Mechanical Room along the lower portion of the wall (mold may extend 1 ft up from the floor and possibly higher). Mold growth is visible along the lower portions of the drywall inside the wall between the Janitors Closet and Mechanical Room. This growth is visible where the drywall facing the Janitors Closet has been removed. 2. Remove and properly dispose of the mold contaminated materials with the exception of any contaminants on the drywall of the mechanical room. The contaminants on the inside unfinished interior side of the mechanical room drywall shall be cleaned and encapsulated to ensure all contaminants are sealed according to proper environmental standards due to the limited space were mechanical equipment is immediately next to the subject wall areas. In all other areas, remove and replace all porous mold contaminated surfaces including drywall and insulation. Finish, prime and paint the new drywall to match the adjoining surface. Replace the drywall on the wall inside the Janitor?s Closet. All new drywall shall be moisture and mold resistance type, with moisture and mold resistant cord and surfaces, core 5/8 inch, Type X. Rusted portions of metal framing studs shall be wire brushed, primed and painted. 3. Follow recommended containment procedures for mold remediation work in order to minimize cross contamination from the affected to unaffected areas. This includes setting up containment barriers, consisting of 6 mil polyethylene sheeting, with negative air, to prevent cross contamination. Provide full containment. Isolate all HVAC air intakes. The contractor shall provide for the health and safety of workers and occupants. Provide engineering controls to assure safety and health of workers and building occupants, and prevent cross contamination. This includes contamination source controls, isolation barriers, pressure differentials, dust suppression methods, HEPA vacuuming and filtration, detailed cleaning, and a sanitary approach. 4. Inspect the drain line with a camera in the Janitors Closet to determine its condition. Submit for review and approval the written findings and tape to the Contracting Officer?s Technical Representative. The written findings shall include a recommended corrective action to repair any damages. After the corrective actions have been approved, performed remaining work. Finally, replace the mop basin as follows. Provide floor mounted mop basin, nominal 30 inches square. Provide for new replacement service sink faucet connected to existing hot and cold water plumbing supplies. Provide backsplash to extend 18 inches above the basin. Provide wall mounted mop hangers. After repair work is complete and the mop basin is installed, a new sheet vinyl floor shall be installed in the Janitor?s Closet. As a result, the Janitor?s Closet shall be complete and operational. 5. Clean up the site and dispose of all construction related debris. 6. Schedule construction with the Engineer officer for minimal disturbance to Station operations. 7. Codes & Standards: All work shall be accomplished in accordance with good engineering and architectural practice and in accordance with, but not limited to: BOCA National Building Code International Mechanical Code International Plumbing Code National Electrical Code (NEC) Federal Occupational Safety and Health Act All other applicable national, state, and local codes. 8. Reference Drawings: U>S> Coast Guard Station Lorain, Ohio, Replace Station Building, Drawings Number 09-09-81, Sheets A-1 and P-1, dtd 1990. ***********NOTE*********NOTE*******NOTE*********NOTE******** PLEASE RESPOND VIA E-MAIL OR FAX (216)902-6380 ONLY. NO QUOTES WILL BE ACCEPTED VIA TELEPHONE.
- Place of Performance
- Address: U.S. COAST GUARD, SECTOR BUFFALO, 1 FUHRMANN BLVD, BUFFALO, NY
- Zip Code: 14203
- Country: UNITED STATES
- Zip Code: 14203
- Record
- SN01279110-W 20070425/070423220315 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |