Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2026 SAM #8900
SOURCES SOUGHT

F -- Emergency flood services Blanket Purchase Agreement

Notice Date
4/7/2026 7:35:10 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24126Q0405
 
Response Due
4/10/2026 9:00:00 AM
 
Archive Date
06/09/2026
 
Point of Contact
Issa Shawki, Contracting Officer, Phone: 774-826-3192
 
E-Mail Address
issa.shawki@va.gov
(issa.shawki@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced later, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 562910, (Remediation Services). The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Emergency Flood Response Services� per the Statement of Work (SOW) attached (Attachment 2). This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by April 10th, 2026 at 12:00 PM EST. All responses under this Sources Sought Notice must be emailed to issa.shawki@va.gov with RFI # 36C24126Q0405 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:� ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 SOW with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 Statement of Work VA New England Healthcare System (VISN 1) Emergency Flood Response Services GENERAL Title of Project: Emergency Flood Response Services to provide the initial response to mitigate flooded building structures, components, systems and contents; for the Department of Veterans Affairs, VA New England Healthcare System, Veterans Integrated Service Network 1 (VISN 1). Emergency Flood Response Services include but are not limited to: Initial on-site assessment; mobilizing necessary personnel, equipment and materials; pumping standing water; extracting water from carpets and other porous materials; removing unsalvageable building materials, components, systems, and contents; drying salvageable building materials, components, systems and contents; and cleaning and/or disinfecting water-impacted interior building structures, components, systems and contents. Scope of Work: Provide Emergency Flood Response Services at the following VISN 1 facilities including: Edith Nourse Rogers Veterans Memorial Hospital, Bedford, MA (Level 3 medical complexity facility) VA Boston Health Care System, MA (Brockton, Jamaica Plain and West /Roxbury Divisions (Level 1A facility) VA Connecticut Health Care System, including the West Haven Campus, and the Newington Campus (Level 1A facility) VA Central Western Massachusetts, Northampton, Massachusetts (Level 3 facility) VA Medical Center, Manchester, New Hampshire (Level 3 facility) VA Medical Center, Providence, RI (Level 1C facility) VA Maine Healthcare System, Togus, ME (Level 1C) VA Medical Center, White River Junction, Vermont (Level 2 facility) Period of Performance: Five years Background: VA Healthcare Facilities within VISN 1 have consolidated requirements for Emergency Flood Response Services to include hospitals, outpatient clinics, administrative buildings and spaces, clinical and biomedical research laboratories, boiler plants, chiller plants, maintenance support buildings, ancillary structures, and other real property identified by the Government. Depending on the areas impacted within the VA health care facility, Emergency Flood Response Services conducted under this contract may also require job-specific Infection Prevention and Control practices and procedures when determined necessary by an Infection Control Risk Assessment (ICRA) developed by the VA and provided with the Task Order. In addition to providing Emergency Flood Response Services to VA Medical Centers (VAMCs), the Contractor shall also be capable of providing services to off-campus properties (e.g., VA-owned CBOCs, Vet Centers, Community Care Centers) for more than one city/town and county in each state (CT, MA, ME, NH, RI and VT). 4. Requirements: For purposes of this contract, Emergency Response is defined as the Contractor commencing an on-site assessment within four (4) hours, 24 hours per day, 7 days per week, 365 days per year (except 366 days for leap years) of receipt of an emergency response request by phone, electronic mail (email), or in person from the VA Contracting Officer (CO). The Contractor shall provide a verbal report to the CO and Contracting Officer s Representative (COR) within one (1) hour of completing the initial on-site assessment that: (1) Describes the scope of water-impacted building structures, components, systems and contents; (2) Recommendations for immediate response actions to mitigate flooding; and (3) An Emergency Flood Response Plan and cost schedule estimates. Upon written or verbal approval of the CO, the Contractor shall commence on-site mitigation activities within four (4) hours, as specified in the agreed-upon Emergency Flood Response Plan and schedule (e.g., removing flood waters and initiating drying response actions); 24 hours per day, 7 days per week, 365/366 days per year; at the specified VAMC, VA-owned CBOC, VA-owned Vet Center, and/or VA-owned Community Care Center. It is anticipated that the initial Emergency Flood Response Plan will become a dynamic document that will require periodic updating as the Emergency Flood Response work proceeds. All scope changes shall require the written approval by the CO, except that under exigent circumstances, the CO can verbally approve emergency actions necessary to preserve life and government property, but this verbal approval shall be ratified in writing by the CO as soon as possible thereafter. The Contractor shall provide all consumable supplies, equipment (including tools, vehicles, apparatus), transportation and personnel (i.e., project management and appropriately trained, accredited and certified forepersons, supervisors, work leaders and workers with applicable accredited training certificates and/or State licenses), regulatory permits and notifications, and waste disposal necessary to perform Emergency Flood Response Services at VISN 1 facilities. Emergency Flood Response Services at VISN 1 facilities must follow applicable Federal and State Occupational Safety and Health Administration (OSHA) laws and their implementing regulations, Federal and State Environmental Protection Agency (EPA) laws/regulations, local environmental and public health laws/regulations; VA and Veterans Health Administration (VHA) requirements set forth in this Performance Work Statement (PWS); any VA facility-specific requirements; and any applicable Local and State business license, general contractor s license, and/or specialty contractor s license (e.g., HVAC duct cleaning contractors). Contractor Qualifications: The Contractor shall have at least three (3) years of professional experience providing Emergency Flood Response Services at VAMCs and ancillary facilities, and/or other comparable (in size and medical complexity) government agency hospitals (e.g. DoD) and/or private sector hospitals and ancillary facilities. Contractor personnel shall have professional knowledge of the practices and procedures of the Emergency Flood Response Services industry as outlined in ANSI/IICRC S500-2015 Water Damage Restoration, Section A.1 Scope including but not limited to: Principles of Water Damage Restoration Microbiology of Water Damage Health Effects from Exposure to Microbial Contamination in Water-Damaged Buildings Building and Materials Science Psychrometry and Drying Technology Equipment, Instruments and Tools Antimicrobial (biocide) Technology Safety and Health Administrative Procedures, Project Documentation and Risk Management Limitations, Complications, Complexities and Conflicts Specialized Experts Structural Restoration Heating, Ventilating and Air-Conditioning (HVAC) Restoration Contents Evaluation, Restoration and Remediation Large or Catastrophic Restoration Projects Materials and Assemblies The Contractor shall be knowledgeable of applicable laws and regulatory requirements for occupational safety and health (OSH), environmental protection, public health; standards and professional reference publications (see Section 21 below) for the Water Damage Restoration industry, and for hospital infection prevention & control; and methods to anticipate, recognize, evaluate, and eliminate, or satisfactorily control environmental health & safety, health care infection prevention & control, and public health hazards, in compliance with applicable regulations and industry standards, using engineering controls, administrative controls, and/or personal protective equipment (PPE) and clothing. The Contractor must at all times throughout the Period of Performance possess sufficient resources to be able to rapidly mobilize sufficient personnel, equipment and materials within the response timeframes specified in Section 4a, to respond to floods impacting up to 200,000 square feet in any one incident, of clinical and/or administrative spaces at VAMC and ancillary facilities within VISN 1. The Contractor must be an Institute for Inspection, Cleaning, and Restoration Certification (IICRC) certified Water Damage Restoration firm and listed in the IICRC Global Locator at https://www.iicrc.org/page/IICRCGlobalLocator . All on-site Contractor personnel performing under this Contract must individually have at least three (3) years of professional experience in the Emergency Flood Response Services industry at their level of performance AND possess the following valid applicable professional accreditations and certification(s) for the type of work being performed from either the Institute for Inspection Cleaning and Restoration Certification (IICRC) or the American Council for Accredited Certification (ACAC) throughout the Period of Performance: IICRC certified technicians in one or more of the following disciplines (see https://www.iicrc.org/page/IICRCCertifications ): Applied Structural Drying (ASD) Technician Commercial Drying Specialist (CDS) Water Damage Restoration Technician (WRT) ACAC certified technicians in one or more of the following disciplines (see https://www.acac.org/cert/programs.aspx ) as appropriate for the project work to be performed: Indoor Environmental Remediation: Council-certified Indoor Environmental Supervisor (CIES) Council-certified Indoor Environmental Remediator (CIER) Structural Drying Certification: Council-certified Structural Drying Supervisor (CSDS) Council-certified Structural Drying Remediator (CSDR) Environmental Infection Control Remediation (when required by project-specific Infection Control Risk Assessment (ICRA) see Section 14: Council-certified Environmental Infection Control Supervisor (CEICS) Council-certified Environmental Infection Control Remediator In addition, all Contractor on-site project personnel must have appropriate current OSHA General Industry (29 CFR 1910) training as applicable for the work being performed including but not limited to: Compressed Gas and Compressed Air Equipment (29 CFR 1910 Subpart M) Electrical Safety (29 CFR 1910 Subpart S) and NFPA 70E Standard for Electrical Safety in the Workplace (current edition) Exit Routes and Emergency Planning (29 CFR 1910 Subpart E) Fire Protection (29 CFR 1910 Subpart L) Hand and Portable Powered Tools and Other Hand-Held Equipment (29 CFR 1910 Subpart P) Hazard Communication (29 CFR 1910.1200) Lockout/Tagout (29 CFR 1910.147) Machinery and Machine Guarding (29 CFR 1910 Subpart O) Occupational Noise Exposure (29 CFR 1919.95) Permit-Required Confined Spaces (29 CFR 1910.146) Personal Protective Equipment (PPE) (29 CFR 1910 Subpart I) Powered Industrial Trucks (29 CFR 1910.178) Powered Platforms, Manlifts, and Vehicle-Mounted Work Platforms (29 CFR 1910 Subpart F) Respiratory protection (29 CFR 1910.134) Toxic and Hazardous Substances (29 CFR Subpart Z) Ventilation (29 CFR 1910.94) Walking Working Surfaces (29 CFR 1910 Subpart D) Applicable Regulations: FEDERAL REGULATIONS: Occupational Safety and Health Administration (OSHA) 29 CFR Part 1910 Occupational Safety and Health Regulations for General Industry U.S. Environmental Protection Agency (EPA) 40 CFR As specified in the applicable Task Order U.S. Department of Transportation (DOT) 49 CFR Part 178 Specifications for Packaging As specified in the applicable Task Order (waste materials) STATE REGULATIONS - As specified in the applicable Task Order. LOCAL REGULATIONS - As specified in the applicable Task Order. VA Requirements: VHA Directive 7701 Comprehensive Occupational Safety and Health Program (May 5, 2017) VHA Directive 7702 Industrial Hygiene Exposure Assessment Program (April 29, 2016) VHA Directive 7707 Green Environmental Management System (GEMS) and Governing Policy Statement (December 29, 2015) VHA Directive 1028 Facility Electrical Power Systems (February 24, 2020) Requires compliance with the latest edition of NFPA 70E: Standard for Electrical Safety in the Workplace These Directives are incorporated by reference as if set forth in full herein. If there are any conflicting provisions between these Directives, this PWS, and applicable regulatory requirements, the most stringent requirements shall apply. Emergency Flood Response Procedures: Pre-Emergency Flood Response Phase: Prior to the start of any Task Order for Emergency Flood Response Services, the Contractor shall: Conduct an assessment of all flooded areas to ascertain the scope and extent of the impacted areas, Document existing site conditions (photographs and field notes) Identify safety and health hazards, and Develop an Emergency Flood Response Plan that provides water damage mitigation and response procedures; worker safety procedures; protection of patient, visitor and staff safety and health; and documentation of environmental parameters (e.g., temperature and humidity levels within the building spaces undergoing Emergency Flood Response activities). The VA may, at its discretion, elect to hire a Certified Industrial Hygienist/Indoor Environmental Professional (CIH/IEP) to conduct an independent site assessment prior to commencement of work by the Contractor. This site assessment may include ascertaining the scope of the impacted areas; documenting existing site conditions (e.g., photographs, field note, moisture levels); identifying safety and health issues for VA patients, staff and visitors; and collect any pre-Emergency Flood Response background indoor environmental samples (air, surface, floodwater) for submission to an environmental microbiology laboratory that is currently satisfactorily participating in the AIHA Environmental Microbiology Laboratory Accreditation Program (EMLAP) at https://www.aihaaccreditedlabs.org/lab-accreditation-programs/environmental-microbiology/ and any floodwater samples to an appropriately and currently accredited (and, when applicable, State-licensed) environmental testing laboratory approved by the VA COR and CO. Emergency Flood Response Phase: The VA COR will: Coordinate the relocation of government property (e.g., furniture) and staff personal effects in the work area with the Contractor Coordinate the recovery, drying and/or proper disposal (including secure shredding) of Protected Health Information (PHI), Personally Identifiable Information (PII) and sensitive information with the facility Privacy Officer, facility Records Administration Officer, and affected Service Chiefs (e.g., VA Police, Office of Inspector General, VA Office of Regional Counsel) When applicable, coordinate site visits with the VA CIH/IEP Contractor personnel shall at-all-times fully cooperate with the VA CIH/IEP, who represents the VA s interests as the subject matter technical expert. Completion of Emergency Flood Response Phase: At the completion of the Emergency Flood Response work, the Contractor shall notify the VA COR and CO that the work area(s) is/are ready for final visual inspection and any final clearance indoor environmental testing and analysis (air, surface) to be performed by the VA or the VA CIH/IEP, to determine if the work area(s) are safe for re-entry by patients, visitors, staff and others (e.g., volunteers). The Contractor s CIH/IEP may, at their discretion, also take indoor environmental samples (air, surface and/or floodwater) in work areas during and at the end of the Emergency Flood Response work at their own expense, to assist them in determining the adequacy of their Emergency Flood Response actions and cleaning/disinfection methods. However, under no circumstances shall the Contractor, or any person retained by the Contractor, obtain indoor environmental samples (e.g., air, surface, floodwater) and submit them to an environmental microbiology laboratory and/or an environmental testing laboratory on behalf of the VA. Only the VA CIH/IEP final visual inspection and final clearance sampling results shall be used for purposes of determining whether the space is safe for re-entry by patients, visitors, staff and others. To ensure scientific reliability of environmental sample date, it is strongly recommended that the Contractor s CIH/IEP submit their indoor environmental samples to an environmental microbiology laboratory that is successfully participating in the AIHA EMLAP, and floodwater samples to accredited/state-licensed water quality laboratories, to ensure the data quality is comparable to the data quality from the samples obtained by the VA CIH/IEP. The VA CIH/IEP, when retained by the VA, will submit a final report to the COR and CO within five (5) working days of completion of their final inspection and receipt of any final clearance indoor environmental sample results, documenting their oversight activities throughout the Emergency Flood Response work. Contractor personnel shall at-all-times fully cooperate with the VA CIH/IEP, who represents the VA s interests as the subject matter technical expert. Required Documentation: The Contractor shall make the following documentation available to the CO and COR immediately upon request at any time before, during and after the Task Order work: Site-specific Health & Safety Plan that meets applicable OSHA standards; and contact numbers for Federal and State OSHA, Federal and State EPA, and State and Local Department of Public Health (DPH) as applicable. Applicable regulatory notifications. Copies of accredited professional training records (initial and most recent refresher) and State licenses, as applicable for the Task Order, for each on-site Contractor manager, foreperson, supervisor, work leader and employee. Copies of applicable OSHA regulatory training records (initial and most recent refresher) as applicable for each on-site Contractor manager, forepersons, supervisor, work leader and employee. Documentary evidence (see Note below) that each on-site Contractor manager, foreperson, supervisor, work leader and employee who wear respiratory protection during Emergency Flood Response Services activities has been: Medically cleared to wear the same class of respirator that will be used on the project work required by 29 CFR 1910.134(e); e.g., disposable filtering facepiece air-purifying respirator (APR), elastomeric half-face APR, elastomeric full-facepiece APR), powered, air-purifying respirator (PAPR)). Satisfactorily fit tested in the same make and model of tight-fitting respirator within the past twelve (12) months as will be used on the project, as required by 29 CFR 1910.134 (f). Hazardous chemicals/materials inventory and corresponding Safety Data Sheet (SDS) for each biocide, cleaner, disinfectant and water treatment product to be used at the VA facility during the project. For non-hazardous products, Safety Data Sheets (SDS) for biocides, cleaners, disinfectants and water treatment products documenting that there are no hazardous ingredients. Documentation of the EPA Registration Number for all biocides, cleaners, disinfectants, pesticides and other water treatment chemical products to be used during the project. Project Occupational Safety and Health (OSH) Requirements: Contractor personnel shall observe all required Federal and State OSHA laws and implementing regulations for Occupational Safety and Health (OSH); Federal and State EPA laws/regulations for environmental protection; Federal, State and Local Public Health laws/regulations; VA and VHA OSH and environmental (GEMS Program) requirements; and any special requirements in this PWS and individual Task Orders including NFPA 101 Life Safety Code and NFPA 70E: Standard for Electrical Safety in the Workplace (current edition). Safety Data Sheets (SDS) for Hazardous Chemicals/Materials: Globally Harmonized System (GHS) Safety Data Sheets (SDS) required by OSHA 29 CFR 1910.1200 Hazard Communication Standard. Contractor shall submit an SDS for all proposed cleaners, disinfectants and water treatment chemicals to be used on the project for approval by the VA COR and facility Safety Manager/Officer in consultation with the facility Industrial Hygienist, GEMS Coordinator and, as necessary, the VA CIH/IEP. SDS 313 form shall include information on nanoparticles when present in the product. All chemical products used during the Water Damage Restoration project shall be non-flammable, non-combustible, environmentally acceptable (e.g., no ozone-depleting constituents), and green (e.g., soy-based), and do not contain any constituent that would cause the chemical product to become regulated as a Federal or State EPA hazardous waste when spent (e.g., D-listed characteristic wastes, F-listed solvents).In addition, chemical products shall not create any noxious, irritating, or offensive odors outside of the Emergency Flood Responses Services work area. FAILURE TO STRICTLY ADHERE TO OCCUPATIONAL SAFETY AND HEALTH (OSH) and GEMS REQUIREMENTS MAY SUBJECT THE CONTRACTOR TO A SUSPENSION OF WORK BY THE CONTRACTING OFFICER UNTIL THE IDENTIFIED ISSUE IS CORRECTED TO THE VA s SATISFACTION, OR TERMINATION FOR DEFAULT BY THE CONTRACTING OFFICER. Life Safety Code (NFPA 101): Contractor shall at all times comply with NFPA 101 (Life Safety Code, most current edition) and participate with the VA facility Chief Engineering Service/FMS and Safety Manager/Officer in the preparation of Interim Life Safety Measures (ILSMs) that will be implemented during the Emergency Flood Response Services work as necessary (e.g., impairment of fire detection and suppression equipment, impaired fire exits, non-illuminated fire exits). At a minimum, Contractor shall at-all-times during onsite work fully comply with the all requirements of a VA facility s Fire Protection Plan (FPP) including but not limited to the following: Ensure that all required exits provide free and unobstructed egress with required illumination and exit markings. Contractor shall always maintain adequate escape routes for VA patients, employees, visitors and their personnel. Means of egress in Emergency Flood Response work areas shall be inspected and documented EVERY SHIFT by the Contractor s onsite foreperson. If required by the project s ISLM, Contractor shall establish and mark alternate means of egress. Impaired exits must always be adequately illuminated and prominently marked as such, and include signage directing patients, visitors, staff and Contractor employees to designated alternate egress pathways/emergency exits. Ensure free and unobstructed access to all areas of the project site for emergency services (e.g., no temporary accumulation or storage of equipment and/or wastes in hallways, or blocking building egress points). Ensure that existing fire alarm, smoke detection, and fire suppression systems are not impaired by Contractor s operations. If fire detection and/or suppression systems must be taken off-line during Emergency Flood Response Services work, the appropriate ILSMs to be implemented by the Contractor must be approved in advance in writing by the COR. Provide written procedures for Emergency Flood Response Services personnel to use in providing emergency notifications (Police/Fire/EMS) and post immediately outside the work area. Maintain the Emergency Flood Response Services work area to minimize the potential for fire, safety and health hazards resulting from energized temporary electrical circuits and equipment, storage of construction materials, hazardous chemicals/materials/wastes and non-hazardous wastes. All temporary Emergency Flood Response Services work area partitions shall be constructed from noncombustible/fire resistant materials with an appropriate fire rating and shall be smoke tight. All fire barriers and smoke barriers must be approved in writing by the COR and the facility Chief Engineering Service/FMS and Safety Manager/Officer prior to commencement of the project. No Flammable or Combustible Materials in construction areas without the written approval of the COR and the facility Safety Manager/Officer. All hot work requires a permit approved in writing by the Engineering/FMS or Safety Office BEFORE commencing hot work and shall be submitted to the COR for approval. The Contractor shall report damage to, or destruction of, any component of the fire detection and suppression to the COR and CO immediately upon discovery. Any sprinkler heads and/or smoke detectors that have been impaired, damaged, or destroyed during Emergency Flood Response Services workmust be promptly replaced at the Contractor s expense following notification to, and approval by, the CO. Any obscurant resulting from Emergency Flood Response Services work on color coded fire detection system conduit and fire suppression system piping and accompanying labels/placards/data plates must be adequately cleaned by the Contractor before the end of each shift. Enforces storage, housekeeping, and debris-removal practices that reduce the building s flammable and combustible fire load to the lowest feasible level and in compliance of Federal, State, Local and VA requirements. Remove temporary covers on smoke detectors and sprinkler heads at the end of each workday. Coordinate with COR. Penetrations of Fire and Smoke Barriers: Prior to Emergency Flood Response Services work involving cables, power connections, conduit, piping or other building utilities that penetrate a smoke and/or fire barrier, all such work must be approved in writing by the facility Chief Engineering Service/FMS for each VA Medical Center. Engineering Service/FMS or Safety Manger/Officer will identify all fire and smoke barriers in the Emergency Flood Response Services work area. A Penetration Permit must be secured from the facility Chief Engineering Service/FMS or Safety Manager/Officer prior to disturbing the integrity of any fire and/or smoke barrier(s). The permit must be available at all times for inspection at the project location. After the work is completed, the Contractor must repair (seal) any resulting penetrations according to accepted practices and utilizing materials (including UL/FM-listed through penetration fire stopping materials) that meets current barrier construction requirements and are approved by the facility Chief Engineering Service/FMS, and Safety Manager/Officer in order to restore the impaired smoke and/or fire compartments to VA design requirement specifications. All penetrations and miscellaneous openings must be protected according to NFPA 101, Section 8.3.5. Upon complet...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6fdd872c74cc47398c2434a4167b7aaf/view)
 
Place of Performance
Address: See statement of work, USA
Country: USA
 
Record
SN07770821-F 20260409/260407230048 (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!  © 1994-2026, Loren Data Corp.