Page 2 of 2 Combined Synopsis Solicitation West Haven VAMC Boiler Repair (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24126Q0195 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. (iv) This requirement is being issued as a VOSB/SDVOSB set-aside. The associated NAICS 238220 and small business size standard is $16.5 million. (v) The Government intends to award a firm-fixed price award for Boiler Repairs at the West Haven VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (vi) The Contractor shall provide all resources necessary to provide Boiler Repairs IAW the attached (Performance Work Statement). Please see the attached PWS for full requirement details. (vii) The Place of Performance is West Haven as described per the (Performance Work Statement). (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Site Visit: No site visit Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to tnauri.woodbridge@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is Jan 23 2026 by 12:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price (Follow these instructions): a. Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. 2. Past Performance: a. Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. 3. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner. a. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement). b. Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement). c. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (Manchester 2015-4019 Rev 23 posted on beta.sam.gov) (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due Jan 27 2026 by 10:00 AM EST. RFQ responses must be submitted via email to: tnauri.woodbridge@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Tnauri.Woodbridge@va.gov) ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Base Boiler Repair 1.00 JB __________________ __________________ GRAND TOTAL __________________ ATTACHMENT 2 PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: ATTACHMENT 3 STATEMENT OF WORK WEST HAVEN BOILER 3 INSPECTION AND REPAIRS BACKGROUND VA Connecticut Healthcare System West Haven Boiler #3 has experienced a possible tube leak, requires an inspection. possible tube plugging (where expedient), and report of findings, condition and deficiencies to determine correction(s) with photos/videos. JUSTIFICATION Boiler #3 is currently secured and offline due to a suspected tube leak. West Haven campus is currently operational with two working boilers and is not compliant with VHA Directive 1810 (N + 1 Rule). PLACE OF PERFORMANCE The place of performance for this contract is VA Connecticut Healthcare System, West Haven VA Medical Center located at 950 Campbell Avenue, West Haven, CT 06516. PERIOD OF PERFORMANCE The Contract Time Period of Performance will 45 days upon contract award and Notice to Proceed (NTP). QUALIFICATIONS To be considered eligible for consideration, potential bidders shall have a field service representative located within 100 miles of the West Haven Campus of the VA Connecticut Healthcare System. Service Provider acting as a Prime with subcontracted labor shall meet this requirement. Bidders shall provide upon request, documentation of certification/training on the specific equipment under the terms of this contract. Bidders shall be qualified to perform work on steam distribution systems to include industrial boiler plant equipment and have completed prior steam distribution work and/or inspection projects for VA Connecticut Healthcare System. Service Provider shall have a minimum of three (3) years of related scope and work experience with commercial and industrial steam boiler and steam boiler component installation and repairs as well as all aspects of inspections, cleaning, calibration, and testing in compliance with and clear understanding of relevant codes and regulations. Service Provider and/or assigned project staff members shall have industry standard certifications and qualifications to include but not limited to current OSHA 30 and OSHA 10 certification and equivalent qualifications associated with requirements herein. Service Provider shall submit documentation of technical training and certifications for personnel performing all work under the terms of this contract for review and acceptance prior to the start of work on site. Service Provider/ welders shall be certified and possess R-stamp certification. Scheduled repairs shall be completed during regular 1st shift business hours Monday Friday but can be address off hours as required and per prior coordination with Plant Manager. Bidders will be responsible for complying with the VA Connecticut Healthcare System policies for confined space, Lock Out Tag Out, all equipment, supplies, and external support to safely enter the confined space to document and investigate existing conditions, determine quantities, and confirm scope of work. Bidders shall submit documentation of technical training and certifications for personnel performing all work. The Contracting Officer (CO) and/or Contracting Officer s Representative (COR) specifically reserve the right to reject any of the Service Provider s personnel and refuse them permission to work on the equipment outlined herein, based upon credentials provided. SCOPE OF WORK The Service Provider shall furnish all labor, materials, equipment, tools, supervision, and all incidentals to complete work for the services described in this document. The Service Provider shall submit a project schedule, work procedures, inspection procedures, testing procedures, all safety documentation, weld procedures, welders certifications, etc. for review and approval by VA Contracting Officer Representative and Safety Office before the start of work on site. The Service Provider shall submit an abatement plan including all personnel certifications and training records before the start of work on site (if applicable). Work shall occur between the hours of 7:30 a.m. and 4:00 p.m. with a minimum 7 calendar day notice. No work shall be performed on Federal Holidays unless an emergency status has been indicated by the Contracting Officer. Description of Services: The project will include but not be limited to the following: 1. Service Provider shall schedule and coordinate all work with VA COR, Utilities Supervisor, and Plant Supervisor. 2. All LOTO request and procedures shall be in compliance with the VA Connecticut Healthcare System Medical Center Policy 138-075. 3. Coordinate Hot Work permit requests with VA Connecticut Healthcare System Safety Service. 4. Coordinate all placement and removal of Lock Out Tag Out devices for any energy sources with the VA COR/Maintenance & Operations. 5. All Confined Space entries shall be in compliance with the VA Connecticut Healthcare System Standard Operating Procedure Confined Space SOP-SO-010. 6. The VACHS confined space acknowledgement, and permit is required to be completed by qualified individuals identified to perform entry into any confined space and will be coordinated with the VACHS Safety & Outage Coordinator and VACHS Safety Representative on site. 7. Protect all staff, equipment, etc. in place during work activities. 8. Equipment considered necessary to accomplish all work required per this contract includes but is not limited to equipment required for metal work, welding, inspection, testing, rigging & handling, de-watering, containment, and cleaning of any debris resulting from this work. 9. In accordance with VHA Operational Alert and Guidance, No cast iron fittings and pipe components (valves, steam traps, etc.) shall be used. Reference VHA Directive 1810(1) as amended on September 11, 2018: 5.a(1) and 5.b(1). 10. Service Provider shall furnish labor, supplies and equipment to perform an inspection, assessment and/ or work to existing 1981 Cleaver Brooks Boiler #3 Model #DL-60 per ASME Boiler and Pressure Vessel Code (BPVC) and National Board Inspection Code (NBIC). a. Inspection and/ or work to determine source of leak(s), perform hydrotesting, tube plugging if expedient and effective correction (less than 6 tubes unless otherwise accepted by COR/CO) and any recommend repairs along with findings/ assessment report(s). 11. Repairs and any modifications/corrections shall be in full compliance with American Society of Mechanical Engineers (ASME), National Board Inspection Code (NBIC) and inspected by a licensed and qualified commercial/ industrial boiler inspector. a. Service provider to determine extent of demo/breakdown to properly perform assessment and/or repair(s). b. Removal and replace (as required) of refractory tiles to access tube(s)/ leak sources. c. Cut out minimum section of boiler shell to access insulation/ interior tubes as needed for proper assessment and/ or repair(s). d. Perform hydrotesting to determine location of the leak(s) and integrity of repair(s). e. Determine required scope of repairs effectively restore and safe operate boiler #3 and furnish a line item cost with assessment report(s). i. Existing boiler contains approximately 400 tubes with a maximum of 10% of which can be plugged without compromise to boiler s operation/efficiency. f. Replace all insulation and effectively restore all demo/removed component to acceptable integrity (e.g., cur places, refractory, covers, tubes). 12. Service Provider shall develop an inspection report of all visual findings and mechanical testing with photographs and videos and other documentation necessary to confirm information within the report. 13. All welding work shall be completed by certified welders (submit certifications for review and acceptance to the COR prior to any work) and must possess R-stamp certification and work stamped. All weld tests shall meet standard per code specifications ASME Section V requirements for nondestructive examination and ASME Section VIIII rules for construction of pressure vessel. Where the option exists and it is agreed that a qualified individual(s) with all the appropriate credentials can provide formal assessment and conclusion per visual weld inspection(s), this may be deemed acceptable by the COR/CO. SUBMITTALS/DELIVERABLES 1. Service Provider shall furnish disposal manifest for ACM removed with quantities, disposal chain of custody, and final destination of disposal within 30 calendar days after work is completed. 2. Service provider shall furnish all submittal item documentations (with final dispositions) and final documentation report with all tests, photos, corrections made within 14 business days after work is completed. 3. Service provider shall furnish all material certifications for any replacement parts used. 4. Service provider shall furnish a waste manifest as required. SPECIAL INSTRUCTIONS 1. Service Provider Check-in: All employees of the service provider shall comply with VA Security Management Program and obtain permission of the VA Police and restricted from unauthorized access. Upon arrival, the Service Provider shall sign-in at Building 15 in West Haven and receive a temporary identification badge prior to performing services at VA Connecticut Healthcare System. The Service Provider shall wear visible identification always displaying the name and company ID while on site. All site visits shall be coordinated with the VA COR or assigned POC. 2. Per Directive 1805, smoking, vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service providers and their employees. 3. No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time. 4. Parking for Service provider and employees shall be in designated areas only. Service provider shall coordinate with VA COR. 5. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the VA Contracting Officer. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the VA Contracting Officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service provider s performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to the rules of the Medical Center applicable to their conduct. Execute work in such a manner as to reduce impacts with work being done by others. 6. Billing: Provide COR with a report or statement of work completed and include statements with request for payment. Statement should include service completed and the date each service item was completed. Labor charges shall be billed hurly, and any unused labor totals will be credited back to the VA Medical Center on the next billing cycle, upon receipt of the service report. Safety Codes / Certification / Licensing: Environmental abatement work, if necessary, is to be performed by Service Provider under supervision and monitoring for the VA by a Certified Industrial Hygienist. If suspected ACM, reach out immediate to the VA Contracting Officer and Contracting Officer Representative. The Service Provider shall comply with all codes as described above, as well as codes customarily applied in VA construction jobs such as NFPA fire code, OSHA, VA Design Guides, etc. Labs used by the Service Provider shall be licensed as required by any applicable governing agencies, and their certifications and licenses shall be included in the reports. Travel: Service Provider and/or subcontractors will travel from their place of business to the West Haven Medical Center of the VA Connecticut Healthcare System. NARA Records Management Requirements The following standard items relate to records generated in executing this contract: 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C. Chapter 21, 29, 31, and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5. The Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6. The Government Agency owns the rights to all data/records produced as part of this contract. 7. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. The Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8. The Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage, or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10. The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. APPENDIX A INFECTION PREVENTION MEASURES A. Implement the requirements of VA Medical Center s Infection Control Risk Assessment (ICRA) team. ICRA Group may monitor dust, in the vicinity of the construction work, and require the Service Provider to take corrective action immediately if the safe levels are exceeded. B. Establish and maintain a dust control program as part of the contractor s infection preventive measures in accordance with the guidelines provided by ICRA Group as specified here. Prior to start of work, prepare a plan detailing project-specific dust protection measures, including periodic status reports, and submit to Project Manager and Facility ICRA team for review for compliance with contract requirements in accordance with Section 01340, SAMPLES AND SHOP DRAWINGS. 1. All personnel involved in the construction or renovation activity shall be educated and trained in infection prevention measures established by the medical center. C. Medical Center Infection Control personnel shall monitor for airborne disease (e.g. aspergillosis) as appropriate during construction. A baseline of conditions may be established by the medical center prior to the start of work and periodically during the construction stage to determine impact of construction activities on indoor air quality. In addition: 1. The Project Manager and VAMC Infection Control personnel shall review pressure differential monitoring documentation to verify that pressure differentials in the construction zone and in the patient-care rooms are appropriate for their settings. The requirement for negative air pressure in the construction zone shall depend on the location and type of activity. Upon notification, the contractor shall implement corrective measures to restore proper pressure differentials as needed. 2. In case of any problem, the medical center, along with assistance from the contractor, shall conduct an environmental assessment to find and eliminate the source. D. In general, following preventive measures shall be adopted during construction to keep down dust and prevent mold. 1. Dampen debris to keep down dust and provide temporary construction partitions in existing structures where directed by Resident Engineer. Blank off ducts and diffusers to prevent circulation of dust into occupied areas during construction. 2. Analyze each site during design to determine the effects of blocking HVAC ducts and their impact on existing air handling systems that must remain operational before initiating a dust control program. The method of capping ducts shall be dust tight and withstand airflow. 3. Construct anteroom to maintain negative airflow from clean area through anteroom and into work area where required. 4. High risk patient care areas may require additional measures like air locks, special signage, smoke and negative pressure alarms. 5. Identify these areas clearly on the drawings and work with Medical Center personnel to achieve desired level of isolation suited to the scope of risk involved. 6. Do not perform dust- producing tasks within occupied areas without the approval of the Project Manager. For construction in any areas that will remain jointly occupied by the medical Center and Contractor s workers, the Contractor shall: a. Provide dust proof fire-rated temporary drywall construction barriers to completely separate construction from the operational areas of the hospital in order to contain dirt debris and dust. Barriers shall be sealed and made presentable on hospital occupied side. Install a self-closing rated door in a metal frame, commensurate with the partition, to allow worker access. Maintain negative air at all times. A fire retardant polystyrene, 6-mil thick or greater plastic barrier meeting local fire codes may be used where dust control is the only hazard, and an agreement is reached with the Resident Engineer and Medical Center. b. HEPA filtration is required where the exhaust dust may reenter the breathing zone. Contractor shall verify that construction exhaust to exterior is not reintroduced to the medical center through intake vents, or building openings. Install HEPA (High Efficiency Particulate Accumulator) filter vacuum system rated at 95% capture of 0.3 microns including pollen, mold spores and dust particles. Insure continuous negative air pressures occurring within the work area. HEPA filters should have ASHRAE 85 or other pre-filter to extend the useful life of the HEPA. Provide both primary and secondary filtrations units. Exhaust hoses shall be heavy duty, flexible steel reinforced and exhausted so that dust is not reintroduced to the medical center. c. Adhesive Walk-off/Carpet Walk-off Mats, minimum 24 x 36 , shall be used at all Interior transitions from the construction area to occupied medical center area. These mats shall be changed as often as required to maintain clean work areas directly outside construction area at all times. d. Vacuum and wet mop all transition areas from construction to the occupied medical center at the end of each workday. Vacuum shall utilize HEPA filtration. Maintain surrounding area frequently. Remove debris as they are created. Transport these outside the construction area in containers with tightly fitting lids. e. The contractor shall not haul debris through patient-care areas without prior approval of the Resident Engineer and the Medical Center. When, approved, debris shall be hauled in enclosed dust proof containers or wrapped in plastic and sealed with duct tape. No sharp objects should be allowed to cut through the plastic. Wipe down the exterior of the containers with a damp rag to remove dust. All equipment, tools, material, etc. transported through occupied areas shall be made free from dust and moisture by vacuuming and wipe down. f. Using a HEPA vacuum, clean inside the barrier and vacuum ceiling tile prior to replacement. Any ceiling access panels opened for investigation beyond sealed areas shall be sealed immediately when unattended. g. There shall be no standing water during construction. This includes water in equipment drip pans and open containers within the construction areas. All accidental spills must be cleaned up and dried within 12 hours. Remove and dispose of porous materials that remain damp for more than 72 hours. h. At completion, remove construction barriers and ceiling protection carefully, outside of normal work hours. Vacuum and clean all surfaces free of dust after the removal. E. Final Cleanup: 1. Upon completion of project, or as work progresses, remove all construction debris from above ceiling, vertical shafts and utility chases that have been part of the construction. 2. Perform HEPA vacuum cleaning of all surfaces in the construction area. This includes walls, ceilings, cabinets, furniture (built-in or free standing), partitions, flooring, etc. 1. All new air ducts shall be cleaned prior to final inspection. SPEC WRITER NOTE: On small projects developed at Medical Center, Engineering Officer may tag items to be removed and stored, instead of noting such items on drawings or in specifications. END OF APPENDIX