BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in White City, Oregon. Contact the soliciting agency for additional information.

STATEMENT OF WORK Fire hazard mitigation and fuel removal GENERAL The work to be performed includes mowing of approximately 22 acres of grass and weeds. The work area is an old golf course and consists of a rolling terrain interspersed with trees. Contractor shall provide professional services, to include all labor, transportation, materials, tools, equipment and permits necessary to mow approximately 22 acres of grass and weeds, twice in the Spring of 2023 to a height of 4 inches maximum. VA SORCC,8495 Crater Lake Hwy 97540. . PROJECT SCOPE OF WORK Prior to bidding on this contract, the contractor shall contact the Contracting Officer s Representative (COR) to review proposed methods and plans for completion of work and to review the area and proposed fuels to mitigate, fire prevention plan and the contractor s site-specific safety plan. Field work shall not commence until these plans have been submitted, accepted and/or approved as detailed below.( TASKS Mow approximately 22 acres of grass and weeds to a maximum height of 4 inches. This is to be done at times specified by the COR and must be done twice in the spring. Due to weather and grass growth variables, the mowing must be done two (2) times minimum in the Spring of 2023 and at the direction of the COR. Grass will be mowed to a maximum height of 4 inches. Contractor will observe all federal and state regulation as pertains to fire danger, required equipment for fire protection and any closure times when equipment or tools must not be operated due to extreme fire danger. Perform all work from the time of the Notice to proceed to December 31, 2023 . The mowing portion must be done in the spring according to times designated by the COR. SUBMITTALS Prior to commencing any work, the Contractor shall submit and receive approval from the COR for the following: Type of equipment to be used in the work. Site specific Safety Plan. Action plan to accomplish tasks Schedule of the work to be accomplished. PROPOSED SCHEDULE Normal work hours for this project are 7:00 AM to 4:30 PM, Monday through Friday, holidays excepted, unless other times are arranged in advance and approved by the COR or designee. Any work to be performed outside of regular business hours must be approved by the COR or designee. Work shall commence upon receipt of a Notice to Proceed from the government and shall be completed within the calendar year of 2023 after receipt of Notice to Proceed. WORK LOCATION RESTRICTIONS When the contractor s work interferes with VASORCC functions, such as when work produces excessive noise, odors, dust, utility service interruptions, or other interferences with normal hospital operations that cannot be contained within the area of work, the contractor shall work at other than normal hours and as directed by the COR or designee. IDENTIFICATION, PARKING, SMOKING AND VA REGULATIONS The Contractor's FSEs shall wear visible identification at all times while on the premises of the VASORCC It is the responsibility of the Contractor to park in the appropriate designated parking areas. The VASORCC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Parking of equipment on the worksite is permissible however VASORCC assumes no liability for damage or loss. Smoking is prohibited inside any buildings at the VASORCC. Smoking, on VA property, is prohibited Possession of illicit drugs, alcohol, and weapons are prohibited. Enclosed containers, including tool kits, shall be subject to search. Proper PPE shall be worn, as necessary to the task being performed and/or the area, where work is being conducted. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state or municipal court and immediate dismissal from the site. STORAGE OF EQUIPMENT & MATERIALS The contractor shall arrange with the COR, for allocation of required workspace and for the storage of equipment and material to be used for this project. Storage space is very limited. There are no exclusive areas within the campus that can be given to the contractor for their storage needs. Additionally, no space will be made available for the placement of a contractor trailer for this project. The Contractor should schedule delivery of materials to limit the amount of storage space and time. DEBRIS REMOVAL The Contractor/Installer shall be required to remove all waste materials and debris by the end of the contract from the work site. Contractor shall use all reasonable means to divert construction and demolition waste from landfills and incinerators, and facilitate their salvage, reuse, and recycle. Documentation of all waste removed from the VA will be provided to the COR. This will include waste type/description, weight, disposal method, disposal location, and associated costs or savings for each waste stream. SITE UTILITIES The Contractor/Installer should note that this scope of work does not detail all existing structures, utilities, or components that may potentially interfere with the contract work required. The contractor shall note any obstruction, utility, or condition that may hinder or interfere with the execution of this contract and the contractor shall make provisions in their contract price to resolve such interferences and other conditions that may hinder the proper completion of the work. All proposed utility relocations, reallocations, and shutdowns shall be approved by FMS and the COR, prior to commencing such work. The contractor shall verify all existing utility installations and take appropriate action prior to working around any potential utility installation. In the event a shutdown, restriction, or interruption of any utility services is required, a written request must be submitted (at least 2 weeks in advance) and approved by FMS and the COR. All utility shutdowns must be reviewed and approved by the VA. Contractor shall submit a site-specific Safety Plan that provides project-and site-specific activity hazard analyses, equipment specific Lock Out-Tag Out(LOTO) procedures and accident prevention plans. The Contractor s site-specific Safety plan shall be submitted to the VA for information purposes. The Safety Plan shall conform to the requirements of FAR 52.236-13 and shall include, as a minimum, provisions for the following: Site access and control to restrict access by unauthorized persons and allow for separation of VA staff, patients and visitors from construction personnel. Site security to restrict unauthorized entry by contractor personnel into areas of building 1 determined by the VA to be non-accessible; and to address the need for identification badges to be worn by construction personnel; key control; and loading/unloading of materials and wastes. The contractor s substance abuse policy and training requirements Contractor s plan for site safety and health inspections Contractor s plan for safety and health training Contractor s site-specific fall protection program Contractor s requirements for use of personal protective equipment (PPE). Contractor s accident reporting and investigation program. The contractor shall submit a written incident report to the VA Project Manager within 24 hours after any accident, injury, occupational illness, or other safety-related incident occurs, regardless of how minor the nature of the incident. Contractor s emergency action plan and fire prevention and protection plan, to include training of contractor personnel in the provisions of these plans. Contractor s minimum safely training requirements for its personnel and the personnel of its sub-contractors. Contractor s requirements for sub-contractor conformance to the site-specific Safety Plan Identity of the Contractor s designated Competent Person as defined by 29 CFR 1926 (OSHA Construction Industry Regulations). The contractor shall provide a Competent Person who shall be on the project site during activities when the expertise of the designated Competent Person is required. Contractor s protocol for inspections by regulatory agencies. LIFE SAFETY PROTECTION MEASURES At a minimum, contractor shall comply with the following requirements of life safety and fire protection measures, while performing work at VAMC Manchester. If a life safety system or means of egress is compromised, due to work being performed, the contractor will work with the VA to institute an ILSM (Interim Life Safety Measure). Ensure exits provide free and unobstructed egress for all building occupants. If required by contractor s operations, establish and mark alternate means of egress for all building occupants. Contractor shall maintain escape facilities from the work area for construction workers at all times. Means of egress in construction areas will be inspected daily. Ensure free and unobstructed access to all areas of the project site for emergency services and for emergency forces. Ensure that means of egress and existing fire alarm, detection, and suppression systems are not impaired by contractor s operations. Provide written procedures and guidelines for construction personnel and post in the immediate areas of construction detailing what to do and who to call in the event of fire or emergency. Maintain the construction area to minimize the potential for fire or safety hazards resulting from storage of construction material, construction waste and debris during construction operations. All temporary construction shall be built of noncombustible/fire retardant materials and shall be smoke tight. Ensure that all penetrations made in fire resistance assemblies of the existing buildings, to include smoke barriers, fire separation assemblies, and fire walls, are properly fire stopped within 4 hours after making the penetration. 12. MATERIAL & WORKMANSHIP QUALITY All materials and workmanship shall comply with all codes, standards, and recommendations of all Authorities Having Jurisdiction (AHJ). All work shall be done in a first class manner, according to the best trade practices and to the satisfaction of the COR. 13. SECURITY Upon arrival, at the VASORCC campus, all contractor personnel shall report to Building 229 and sign into the contractor log and obtain a short-term identification badge, issued by Facility Service-Engineering section. Such badge shall be worn by the individual and prominently displayed at all times while on VA property. No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. All contractor identification badges shall be returned to building 229, at the end of each work shift. All contractor personnel are subject to inspection of personal effects when entering or leaving the property. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services: Fire Abatement Mowing at the White City VA SORCC. The Contractor shall furnish all necessary labor, supervision, materials, supplies, tools, equipment and transportation to perform Fire Abatement Mowing in accordance with the specifications outlined in this contract. Potential candidates having the capabilities necessary to provide the above stated equipment with installation are invited to respond to this Sources Sought Notice via e-mail to Matthew Combes at matthew.combes@va.gov no later than 09 May 2023, 5 PM Pacific. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: company name, address, and business size; point of contact name, phone number, and e-mail address; capability statement and if the services are available on a current GSA Federal Supply Schedule contract. NAICS Code 561730 is applicable to determine business size standard. Any questions or concerns may also be directed to Matthew Combes via e-mail. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. The method of Contractor Selection has not been Determined at this time.

Conceptual

Medical

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
21
Active Projects
11
Bidding Soon
137
All Active Projects
65
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

November 9, 2023

img_map_placeholder

8495 Crater Lake Hwy, White City, OR


Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.