Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2025 SAM #8579
MODIFICATION

P -- 512A5-23-311 - Demolish Building 9H

Notice Date
5/21/2025 4:29:59 AM
 
Notice Type
Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24525B0005
 
Response Due
7/10/2025 11:00:00 AM
 
Archive Date
10/08/2025
 
Point of Contact
Brandon S Parker, Contract Specialist
 
E-Mail Address
Brandon.Parker2@va.gov
(Brandon.Parker2@va.gov)
 
Awardee
null
 
Description
Page 2 of 2 ?.## STATEMENT OF WORK Scope of Work NRM Project No. 512A5-23-311 Demolish Building 9H (Construction) 1. OVERVIEW 1.1 Government Agency Department and Address: VA Maryland HealthCare System VISN5 Perry Point VAMC Perry Point, MD 1.2 Project Title, Number and Location: Project Title: Demolish Building 9H Project Number: 512A5-23-311 1.3 Scope of Work Provide all labor, supervision, travel, equipment, tools, materials, inspection/testing services, and legal disposal of waste materials for the abatement and total demolition of existing Building 9H, located at the Perry Point VA Medical Center. Building 9H was built in 1924 as the main Diagnostics and Receiving building for Veteran patients of the newly formed VA hospital, and last received a major renovation in 1972. Building 9H is a 2 story (with basement) concrete and masonry structure encompassing approximately 54,500 gross square feet (GSF) floor area. The building most recently was used as a NCCC Domiciliary until it was vacated in 2014. The building has remained vacant since and is currently in a substantial state of disrepair. Project Intent / Statement of Work Abate and Dispose of any and all Hazardous Materials (Hazmat) located within Building 9H and 344 prior to demolition in accordance with Maryland Department of the Environment (MDE) and the Environmental Protection Agency (EPA) regulations. A comprehensive Hazmat survey and destructive testing was conducted in November 2023 to identify any Hazmat that must be removed/abated from the building prior to demolition. The Hazmat Survey indicated that hazardous materials including Asbestos Containing Materials (ACMs), Lead Based Paint (LBP), PCBs (caulk and ballasts), Mercury (fluorescent lamps), batteries or potential radioactive tritium sources (Exits Signs), and refrigerant (air-conditioning units) are present within Building 9H. Abatement of hazardous material shall be performed by a licensed abatement contractor in the state of Maryland. Additionally, abatement activities shall be monitored by the third-party Industrial Hygienist (CIH) which will be provide by the Contractor. A 3rd-party VPIH will be engaged as well by the A/E on behalf of the VA facility but will not be a substitute for the contractor s own CIH. Demolish existing Building 9H at the Perry Point VA Medical Center in its entirety, as well as all associated beyond 5ft-line site utilities and exterior hardscape required to raze the extended site and prepare for future re-use, and/or as indicated by the contract drawings. The existing basement level is located partially beneath finish grade and the attic has a wood framed shingle roof. All building and utility service remnants including buried foundations shall be completely removed. No parts and pieces may be abandoned in place unless specifically noted on the contract drawings. Backfill the basement level to finish grade with clean suitable virgin soil fill, topsoil, and grass restoration. Compact subgrade to prep site for re-use. Demolish the existing pedestrian tunnel connector located between Building 9H and Building 314C in its entirety to the nearest junction and construct new exterior tunnel wall to match existing construction. Remove all subgrade foundations and obsolete utilities below, backfill, and install topsoil and grass restoration Demolish Building 344 (generator providing emergency power to Building 9H) in its entirety, including the legal closure and disposal of the existing diesel generator and No.2 fuel oil tank (including remaining fuel oil), ancillary devices, switchgear/transformers, components, conduit feeders, wiring, etc.. Demolish and remove existing building enclosure, slab-on-grade, and subsurface electrical duct banks back to adjacent building/tunnel. Backfill excavation to finish grade with clean virgin soil fill, topsoil, and grass restoration. Compact subgrade to prep site for re-use. In accordance with COMAR 26.10.17, contractor shall create sampling plan and submit to MDE for AST tank closure permit approval prior to removing tanks. Provide all pre-closure and post-closure slab/soil/subgrade testing as required for MDE permitted closure of generator and fuel tank. Relocate, cap, or bypass existing utility services that pass though Building 9H that must remain active during and after demolition (chilled water, water, electrical, data/telephone, sanitary, storm sewer, etc.,) as indicated on contract drawings. The existing steam and condensate lines connecting to the building will be re-routed as part of another contract, and removal of the existing steam & condensate piping outside the building 5ft line is not included under this scope of work. Existing buried underground utilities scheduled for removal (including concrete trenches and duct banks) shall be removed back to nearest junction point and/or capped for future re-use as directed by the VA COR. Relocate and reconnect existing emergency phone to adjacent building 11H. Coordinate temporary utility plan and campus utility shutdowns with VA Maintenance and Operations staff. An emergency panel in Building 9H provides power to emergency panel EP1-314 in Building 314C. Emergency power is required to remain to existing panel EP1-314. Prior to demolition of Building 9H, relocate emergency power feed for panel EP1-314 to panel EMDP in Building 17H. Provide new wiring, conduit, and breakers as required. Relocate the central campus IRM Fiber-Optic Network Distribution Hub currently located within Building 9H. The 9H Fiber Optic Closet currently resides on the 1st Floor of Building 9H and shall be relocated to the Building 361, Telecommunications Closet (Room GB-117). Work scope includes: Installation of new data rack, UPS, electrical power supply, and fiber-optic and ethernet patch panels within existing IRM network hub room in Building 361, Room GB-117. Server/Switches to be provided by VA OIT. Contractor to provide patch cables for VA OIT final connections/patching. Provide two (2) redundant 12-stand single mode (12SM) optical fiber cables from new fiber hub rack in Building 361, Room GB-117 to each existing telecommunication rooms served downstream. Extend new single-mode optical fiber backbone from new hub rack in Building 361, Room GB-117 to Building 20H, Room 132. Optical fiber lines from Building 361 to Building 20H shall be placed in a new buried concrete duct bank. Existing site conditions (paving/grass) disturbed to install duct bank shall be fully restored. Construct new OIT closet (C-100) within Building 314C per contract drawings. Scope of work includes but is not limited to: Install and finish new walls, door, floor, and ceiling as indicated on bid documents. Provide, install, and program a HSPD-12 compliant PACS card access control system ( Lenel S2 ) on room entry door Install a reader interface module/new controller Install a lock power supply with battery backup in the same closet. Install a composite cable from the module to the door. All exposed wiring to be encased in wire mold. Terminate each cable to the reader interface module and power supply. At the door install the following equipment: FIPS-201-2 Certified Card reader with integrated keypad The electronic locking mechanism (strike or maglock) Terminate the cables to each device at the door Program each component on campus head-end unit. Test each component at each door to ensure the correct operation for entry and exit through the door. Provide additional license(s) as required for a fully functioning system. Install lighting, switches, and wiring/conduit back to designated electrical distribution panel. Install electrical power receptacles and wiring/conduit back to designated electrical distribution panel. Install new network racking and patch panels as required. Server/Switches to be provided by VA OIT. Contractor to provide patch cables for VA OIT final connections/patching. Replace the fiber optic distribution cabling runs to the buildings currently served downstream from the existing 9H distribution hub, to connect them to the new distribution hub location in Building 361, Room GB-117. Provide two (2) new 12SM (one for A SIDE and one for B SIDE ) fiber runs from the new fiber hub rack in Building 361, Room GB-117 to existing downstream switches located in the following buildings: Building 4H, Room 102 Building 5H, Room 102 Building 11H, Room 102 Building 19H, Room 103 Building 22H, Room 137 Building 23H, Room GF-101 Building 80H, Room 121A Building 82H, Room 108-A Building 314A, Room A113 Building 314C, Room C-102A Building 361, Room GA-100 Building 366, Room 156 (fed through Building 80H, Room 110) New fiber optic cabling shall be extended to the following downstream Buildings/Connections currently served by the 9H Network Hub: Building Building Room ID 4H PER-004H-102 4H PER-004H-201 5H PER-005H-102 11H PER-011H-201 11H PER-011H-102 19H PER-019H-204 19H PER-019H-12G 19H PER-019H-103 22H PER-022H-234 22H PER-022H-129 23H PER-23H-119 80H PER-080H-121A 80H PER-080H-213A 82H PER-082H-108 82H PER-082H-212 82H PER-082H-111 314A PER-314A-24 314A PER-314A-A113 361 PER-361-GA100� � 361 PER-361-1A125A 361 PER-361-1B116 361 PER-361-GB117 366 PER-366-154 Fully test and commission new communications distribution system. Test each fiber cable with a Level III test set and provide results. Test each ethernet cable and provide results. Test results to be submitted at end of job before payment. Provide proper test equipment to confirm that cable and fiber pairs meet each OEM s standard transmission requirements, and ensure cable carries data transmissions at required speeds, frequencies, and fully loaded bandwidth. The contractor will be responsible for the National Pollutant Discharge Elimination System (NPDES) permitting for the project. Contractor must apply and pay for, receive, maintain, and closeout their own Notice of Intent (NOI) through the Maryland Department of the Environment for the duration of the project. The contractor will be responsible for submitting the EPA asbestos NESHAP NOI for the project. Contractor must apply and pay for, receive, maintain, and closeout their own Notice of Intent (NOI) through the Maryland Department of the Environment for the duration of the project abatement. Project will involve multiple coordinated shutdowns of existing utilities. Contractor shall take ALL necessary steps in their work phasing plan and manpower assignments to limit the duration and impact of the shutdown on normal medical center activities. Shutdown shall be scheduled at least 2 weeks in advance of planned shutdown with the project COR to allow time for coordination and for patient appointments to be re-scheduled or alternative sources to be coordinated around the shutdown. Maximum shutdown length shall be 24 hours (1 day of operation) and shall be completed off-hours if feasible. No additional compensation will be considered for the performance of after-hours work required by this project scope. 1.4 Work Items Under this Task Order Offers are to submit proposals based on the project specifications and drawings provided under the project solicitation. The resulting total bid amount shall then be broken down item by item for review of quantities, unit costs and labor costs. Contractor shall make arrangements to visit the site to survey existing conditions and to determine the methods of the work to be performed prior to submitting proposal. Work items under this task order include the following but is not limited to: Complete all demolition, repair, and replacement work as detailed in the attached construction drawings. All work and materials shall be in accordance with the attached construction specifications. Contractor shall be responsible for adherence to all VA and OSHA construction safety requirements pertaining to the project scope as described in the project drawings and specifications. Unless noted otherwise, all new surface repair work shall match the existing adjacent work as much as practical. Work Site Protection and Administration shall be included. Warranty on new work shall be good for a period of 1 year from date of completion per FAR unless otherwise stated. Removal and Disposal and/or recycling of all demolished building materials and construction waste per applicable regulations shall be included. Manifests/disposal/recycle tonnage must be summarized and reported to the COR. Hazmat materials shall be removed as shown in work area. Contractor to adhere to OSHA Lead in Construction standard (29 CFR 1926.62) for residual lead paint that may remain. All hazardous material manifests and Land Disposal Restrictions MUST be signed by an authorized VA representative before regulated material may be transported off-site. Contractor is responsible for all supplemental testing required (i.e.. TCLP) to profile and segregate waste streams. Contractor shall be responsible for all material deliveries, storage, and the coordination of deliveries. Over-height and over-weight restrictions are in place in one or all of the site access points. Contractor responsible for all temporary site operations facilities, including temporary utility connections, temporary worker restrooms/port-o-johns, field office, storage areas/CONEX boxes, etc. Contractor shall provide total site security measures including locking 8ft-high chain-link fence around entire site complete with privacy screening slats. Contractor shall be responsible for providing and maintaining all aspects of construction site safety including but not limited to: Fire Extinguishers Construction site fencing and access control Refer to Specification 01 00 00 General Requirements for all requirements pertaining to the project including the availability and usage of government provided utilities. Refer to specification 01 33 23 Shop Drawings, Product Data, and Samples for project submittal requirements. Refer to specification 01 42 19 Reference Standards for a list of professional and codes references incorporated into the contract by reference. Refer to Specification 01 45 29 Testing Laboratory Services for project testing and inspection requirements. All third-party testing and inspection is to be provided by the contractor. Contractor shall be designated as an operator under the project s approved sediment erosion control and storm water management permits. All MDE requirements for inspection documentation of temporary storm water management and erosion control devices shall be the responsibility of the contractor. Refer to specification 01 57 19 Temporary Environmental Controls. Provide stabilized construction entrance with wash-down rack. Contractor shall be responsible for any facility roadway cleaning required outside of work area that results from construction vehicle traffic dropping mud or debris on roadway. 1.5 Additional Terms and Conditions 1.5.1 Schedule Please review specification section 01 32 16.15 for requirements for schedule. Please note that the contractor s bid proposal provided at the time of bid due date shall require a draft CPM schedule to be provided by contractor through a third-party consultant. The intent is to proceed with submittals immediately after contract award, submittals for the long lead items shall be developed, provided, and reviewed. In addition, notification for asbestos/plan removal to MDE/EPA shall occur per 10-day NESHAPS notification to EPA for demolition or renovation (40 CFR § 61.145, Figure 3, Notification of Demolition and Renovation). Provide completed copy to VAMHCS Projects COR and Safety Department. A project Notice to Proceed (NTP) is planned to be issued roughly 30 days post award. Contractor shall mobilize onsite beginning construction within 15 days of NTP issue. The contractor shall have (400) Four Hundred calendar days to complete all work including closeout. See below chart for NTP: ID Milestone Task Description Duration Schedule Date Actual Date 1 Project NTP 1 Day Award + 30 2 Site Mobilization 15 Days NTP + 15 3 Complete all work 354 Days NTP + 370 4 Commissioning and Project Close-out 30 Days NTP + 400 Liquidated Damages (LD) per (FAR 11.5) are provided in contract documents. 1.5.2 Pricing and Payment 1.5.2.1 This project will be deemed complete when all of the required tasks outlined in this SOW are complete and function as intended by design; the work shall be completed within the areas defined in this document. The VA will complete a final walk through and inspection of all work before processing final payment. 1.5.2.2 The contractor may submit progress payment invoices according to the Contracting Officer s specifications at intervals acceptable to the VA. These progress payments will be substantiated by the COR inspections and the daily logs submitted by the contractor. A schedule of values will need to be submitted and approved. 1.5.2.3 Progress payment invoices shall be sent via email to the COR for approval and payment. 1.5.2.4 Final payment will not be processed until final walk through, and approval is complete which includes all punch list items. 1.6 Construction Requirements 1.6.1 The Contractor shall have the skills, availability, capacity, and all other required resources required to complete the job on time without delay. 1.6.2 Contractor will have to provide all required testing for new telecommunication and electrical installation as described by the construction documents. This includes however may not be limited to, short circuit testing, grounding, transformer testing etc. 1.6.3 Contractors shall have experienced Electrical Contractors completing the electrical portion of the project in which they are properly trained and licensed in the State of Maryland to perform the proposed work. Electrical Contracting (i.e. the construction, repair, testing and maintenance of industrial and commercial electrical distribution systems) shall be the primary interest/specialty of the Contractor s business. 1.6.4 All site contractors shall have completed the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training. 1.6.5 Electrical contractors shall have technical training and demonstrable track records of working experience in construction, inspection, and testing of the electrical systems and related components in healthcare, industrial, educational, and commercial facilities. Electrical components on which the Contractors have experience shall include, but not be limited to, switchboards & switchgear (low and medium voltage); low voltage controls; wiring, transformers, conduit installation; meters, and other electrical appurtenances. 1.6.6 Electrical Contractors shall have safety trainings in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical, and the NFPA 70E Standard for Electrical Safety in the Workplace. Training certification shall be provided indicating each technician is a Qualified Person as defined by NFPA 70E. Training certifications shall be submitted to the COR before prior to site work. If no training certifications are available, the contractor s Employer shall certify that he/she has met this requirement in writing and submit it to the COR prior to work. 1.6.7 Electrical Contractors shall have ready access to the latest versions of the following references: NFPA 70, National Electrical Code. NFPA 70B, Recommended Practice for Electrical Equipment Maintenance. NFPA 70E, Standard for Electrical Safety for the Workplace. OSHA Standard 29 CFR 1910, Subparts I & S. 1.6.8 Electrical Contractors shall have and provide all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E. 1.6.9 Mechanical and Plumbing contractors shall have technical training and demonstrable track records of working experience in construction, inspection, and testing of plumbing systems and related components in healthcare, industrial, educational, and commercial facilities. Contractor must hold a current license by the State of Maryland as a licensed Master Plumber/Gas Fitter or approved by COR. 1.6.10 All work is to shall be in compliance with local, state, and federal rules and regulations, and VA technical standards. Compliance is to whichever rule or regulation is the most stringent. VA Master Specifications shall be used as the default when no specifications are issued and when a referenced specification is not found in the projects RFP package, they are at https://www.cfm.va.gov/til/. The intent of the default specifications is to furnish concise industrial and/or commercial standards for construction of Government facilities. If the Statement of Work does not address a specification for an element of the work, the default specification shall apply for the element of work as approved by COR. The omittance of a VA specification, does not relieve the contractor to perform required work under the base task order cost proposal. 1.6.11 Provide daily on-site project management to coordinate all building trades and provide liaison for construction and VA Project Engineering. General Foreman will be designated and be on-site at all times. 1.6.12 All employees of contractor shall comply with VA security management program and obtain permission of the VA police, be identified by project and employer, and be restricted from unauthorized access. VA issued ID Badges shall be worn by all workers while within the campus boundaries. Contractor shall make all necessary arrangements to obtain the required badging prior to commencement of work. VA issued ID Badges shall be worn by all workers at all times. 1.6.13 Follow all Infection Control Risk Assessment (ICRA) guidelines for dust control during all construction and demolition work. A construction dust Risk Assessment will be conducted by the Medical Center s Infection Control Nurse. Temporary dust barriers will be installed based on this assessment. Bi-weekly inspections of barriers and work areas will be conducted by Infection Control Nurse, Safety Manager, and COR to enforce implementation of risk assessment. 1.6.14 Follow Interim Life Safety Measures. Any series of Operational Actions taken to temporarily reduce hazards posed by Life Safety deficiencies which have been created by demolition, renovation, or construction works, and which are to remain in place and in effect for duration of Contract work. Provide interim life safety measures (ILSM) where fire protection, fire suppression or smoke/fire partitions will be shut down or rendered ineffective during construction. Coordinate with VA safety office through COR. ILSM must be posted outside work area at all times. 1.6.15 All equipment and materials shall be approved prior to being brought on job site. 1.6.16 Normal work hours are 7:00am to 3:30pm, Monday to Friday. Contractor shall make prior arrangements to work earlier or later with COR. Also, contractor shall make arrangements for subcontractors to work in secured areas. VA will not grant access to subcontractors; it is the responsibility of the contractor. 1.6.17 Daily logs shall be submitted to the COR the Monday following each week worked. 1.6.18 When using special keys for access to roof, mechanical and electrical areas, doors must be kept closed and locked while in such spaces. 1.6.19 Contractor must obtain a burn permit from VA Safety Office / Fire Dept prior to any welding, flame cutting, soldering work, and burning. 1.6.20 The work performed shall be in a professional environment, employees must conduct themselves accordingly. Employees shall not use abusive language, carry firearms, or bring alcoholic beverages on site. Employee's dress code shall consist of normal work uniform. Shirts must be worn at all times. 1.6.21 Contractor shall provide general clean up to construction area daily to the satisfaction of the COR. 1.6.22 Remove demolished equipment and restore site. 1.6.23 Hospital smoking policy (NO SMOKING ON CAMPUS). 1.6.24 OSHA and VA CONSTRUCTION SAFETY STANDARDS will be enforced. Contractor Supervisor must have 30-hour OSHA Construction Safety course. All contractor employees must have 10-hour OSHA Construction Safety course. 1.6.25 Where electrical labeling is required, tape machine labels shall not be acceptable. Phenolic Labels are required and shall not be substituted. 1.6.26 All fire stop material must be red. 1.6.27 Only Cat 6 cable is permitted. 1.6.28 Any expansion bolts/anchors must be tightened with a torque wrench per OEM. 1.6.29 For quality control, the individual may not carry dual roles in the construction project. The VA shall require a person with QC/QA background that there only role is to validate that the construction meets or exceeds requirements of the contract. This person will generate a final punch list and provide to the COR. Then the COR will schedule review the completed job with contractor, A/E or/and code officials to generate a punch list. The QC inspector shall provide summary to the COR on a weekly basis with inspection sheets and corrections or commented. 1.6.30 Contractor is required to hire a third party professional electrical inspection firm that is recognized by Cecil County Maryland as certified to complete electrical inspections per NEC/County code. There is a requirement for three site electrical inspections. The first electrical inspection is to occur at rough in. The second inspection before service is initiated. Final inspection is at punch out and all new and old panels shall have certification stickers. Inspection summary shall be submitted at each inspection. VA has final approval of all completed work. 2.0 Safety and Environmental Precautions 2.1. The Contractor shall comply with all applicable Federal, State, and local legal requirements regarding workers health and safety. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees 2.2. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. 2.3. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits and exit way access. Utility shutdowns shall not compromise security, communication, or fire safety for occupants. 2.4. No flammable liquids shall be stored or used in the medical center. 2.5. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Agency (NFPA) 10 and NFPA 241. 2.6. The Contractor shall receive from the station fire department a permit for all cutting, welding, and soldering. All permits shall be prominently displayed during all construction. Permits must be opened at the start of each activity and closed at the end of each workday. 2.7. All necessary precautions shall be taken by the contractor to prevent accidental operation of any existing smoke detectors or sprinkler heads. 2.8. A series of operational actions taken to temporarily reduce the hazard posed by life safety deficiencies created during and until completion of construction. Temporary construction partitions of non-combustible or limited combustible material that will not contribute to the development of spread of fire smoke tight and have smooth clean surface. 2.9. In order to provide for control of all environmentally hazardous materials arising from demolition and/or construction activities, the Contractor shall comply with all applicable environmentally hazardous material control and all applicable provisions of the Corps of Engineers Manual EM 385-1-1, General Safety Requirements as well as the specific requirements stated elsewhere in the Contract Documents. 2.10. New floor coatings: shall be of a low VOC/Low odor type. Ventilation to an outside nonpublic area and protection of escaping vapors to other areas to be instituted. Ventilation requirements to maintain a pressure differential of -0.02 inches water gauge within enclosure per digital manometric measurements. Air movement away from employees performing work. Smoke testing or equivalent for detection of leaks and air direction. Contractor is required to continuous monitor work area air requirements for employee safety (not limited to oxygen level, combustible gases, and toxic gases) with calibrated and certified device meters. 2.11. All overhead lifts shall comply to VA requirements which may include off shift lifts (IE weekends) as scheduled and approved by COR. 2.12. Comply with VA Master Specification 017419 Construction Waste Management. This specification identifies materials that MUST be recycled or reused during construction and demolition projects. Additionally, VHA requires that 50% of demolition debris be diverted from the solid waste stream. Monthly summary waste report shall be submitted to the COR. 2.13. Prepare and submit asbestos abatement plan to VAMHCS Projects COR. 2.14. Site mobilization area: The site area is designated to be in the grass area west of the work area of building 9H. Area shall be fixed fence and be secured to allow access only to authorized personnel. Fence signs shall be installed to make general public aware. A job board with required permits, bulletins or site documentation shall be installed in area that can be visibly observed by the general public. Temporary walk path (stone or other means) shall be provided if contractor places office trailer in the area. No material tracking onto the sidewalk or roadways is allowed. Area shall be repaired with topsoil and hydroseed when weather conditions allow. No material shall be allowed to be wind blown off the site. Housekeeping of the area shall be performed daily or as required. Contractor is required for any snow removal and protection of assets. All material/equipment shall be covered and protected from weather elements. Sidewalk must always be accessible. Keys must be provided to the VA for any locked fences or other areas as deemed by the COR. 2.15. REFERENCE Information provided below is information for the contractor to acknowledge and shall follow per site specific requirements as well as Asbestos report. The Contractor shall comply with all applicable Federal, State, and local legal requirements regarding workers health and safety. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. 2.16. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. 2.17. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially about exits and exit way access. Utility shutdowns shall not compromise security, communication, or fire safety for occupants. Egress must be maintained for contract workers per OSHA. 2.18. No flammable liquids shall be stored or used in the medical center. 2.19. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Agency (NFPA) 10 and NFPA 241, shall be provided by the contractor. 2.20. The Contractor shall receive from the station fire department a permit for all cutting, weld...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/39325bbeb42d43bf83ebba5abd2e7df6/view)
 
Record
SN07450565-F 20250523/250521230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.