C1DA--689-25-112, AE Replace Underground Storage Tanks
ID: 36C24125R0025Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES (C1DA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Jan 23, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 12, 2025, 12:00 AM UTC
  3. 3
    Due Feb 20, 2025, 4:00 PM UTC
Description

The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the replacement of aging underground diesel fuel storage tanks at its West Haven and Newington campuses in Connecticut. The project aims to address environmental concerns related to faulty tank sumps and will follow a Design-Bid-Build contract format, requiring comprehensive engineering services including civil, electrical, mechanical, and structural components. This initiative is critical for ensuring compliance with safety regulations and maintaining operational efficiency within healthcare facilities. Interested firms must submit their qualifications via Standard Form 330 by February 14, 2025, with the estimated project value ranging between $1 million and $5 million. For further inquiries, contact Tamye Molinaro at tamye.molinaro@va.gov or call 405-455-4040.

Point(s) of Contact
Tamye MolinaroContracting Officer
(405) 455-4040
tamye.molinaro@va.gov
Files
Title
Posted
Feb 12, 2025, 5:07 PM UTC
Feb 12, 2025, 5:07 PM UTC
The Department of Veterans Affairs (VA) is issuing a Special Notice for qualifications to procure architectural and engineering (A/E) services for removing and replacing old underground diesel fuel storage tanks at the West Haven and Newington campuses in Connecticut. This project aims to address environmental concerns due to failing systems and requires compliance with VA design standards. Interested firms, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit a Standard Form 330 by February 14, 2025. The evaluation criteria include professional qualifications, specialized experience, past performance, local knowledge, capacity to complete the work on time, experience during the construction period, and commitment to involving small businesses. The project value is estimated between $1 million and $5 million. Firms must demonstrate compliance with subcontracting limitations and registration requirements in SAM and VetCert. Submissions must be comprehensive and adhere to formatting guidelines, ensuring clarity and completeness in addressing the specified criteria. This initiative underscores the VA's commitment to environmental stewardship while supporting veteran-owned businesses.
Feb 12, 2025, 5:07 PM UTC
The Department of Veterans Affairs is seeking contractor proposals for the replacement of underground storage tanks at two locations in Connecticut. Notably, the RFP, identified as solicitation number 36C24125R0025, emphasizes the importance of demonstrating relevant experience in similar projects. Specifically, bidders must provide evidence of expertise in the installation of double wall fiberglass reinforced plastic (FRP) tanks, including sizes of 4,000 to 12,000 gallons specified for various buildings. The project requires submissions by February 20, 2025, and is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Participants are advised to illustrate relevant experiences through three design service projects that align closely with the Electrical Deficiencies, Phase 3 project, despite the main focus being on underground storage tanks. Additional documentation includes a UST Plan that accompanies this modification notice. The overall aim is to upgrade the facilities while ensuring compliance with safety and regulatory standards, thus showcasing the VA's commitment to maintaining secure and functional healthcare infrastructure.
Feb 12, 2025, 5:07 PM UTC
The document outlines a modification to a previous notice regarding the replacement of underground storage tanks at the VA Connecticut Healthcare System's West Haven and Newington campuses. The project requires professional architectural and engineering (A/E) services to develop comprehensive plans, specifications, and manage construction while ensuring uninterrupted operation of the medical facilities. The estimated construction cost is between $1 million and $5 million, and the contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Firms interested in responding must submit their qualifications via the SF 330 form by February 20, 2025. Evaluation criteria include professional qualifications, specialized experience, past performance, and commitment to utilizing other small businesses as subcontractors. Regulations concerning limitations on subcontracting are emphasized, requiring that at least 50% of contract personnel costs must be incurred for employees of the bidding firm. The document serves as a request for qualifications rather than a proposal solicitation, focusing on attracting qualified firms capable of managing the complexities of the environmental and infrastructural improvements necessary for the VA's operations.
Dec 23, 2024, 7:06 PM UTC
The Department of Veterans Affairs (VA) is seeking Architect and Engineering (A/E) services for the replacement of underground storage tanks at its West Haven and Newington campuses in Connecticut. This notice serves as a market research tool to identify potential qualified firms, specifically Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and other small businesses, for an upcoming procurement. Interested firms must respond by January 9, 2025, and provide information about their qualifications, including proof of relevant experience, socio-economic status, and insurance capabilities. The project includes design services, drawings, specifications, and cost estimates related to the tank replacements. A separate public announcement for the qualification statements will follow after assessing the interest. This notice does not constitute a solicitation for bids and is strictly for planning purposes. The VA aims to gather sufficient information and assess whether to set aside the contract for small businesses based on the responses received.
Feb 12, 2025, 5:07 PM UTC
The project outlined in the Statement of Work for Project Number 689-25-112 pertains to the replacement of outdated underground diesel fuel storage tanks at the VA Connecticut Healthcare System campuses in West Haven and Newington. This initiative is crucial due to environmental concerns stemming from recent sump inspections revealing deficiencies that necessitate tank replacement. The project will be executed through a Design-Bid-Build contract and encompasses a comprehensive approach including civil, electrical, mechanical, structural, plumbing, and ancillary services. Key objectives include a thorough review of existing conditions, stakeholder interviews, design for integration with current systems, and ensuring operations continue without significant shutdowns during construction. The design process requires submissions at various stages (50%, 95%, and final), adhering to all applicable regulations and standards while addressing safety, environmental, and quality control measures. Furthermore, the project involves stringent monitoring and adherence to infection prevention protocols given its healthcare context, emphasizing the VA’s commitment to safe and compliant upgrades in its facilities. Overall, this project reflects a structured approach to improving operational systems at VA campuses while prioritizing environmental stewardship and safety standards.
Feb 12, 2025, 5:07 PM UTC
The document outlines the process for submitting a Past Performance Questionnaire as part of a Federal Government Request for Qualifications (RFQ) for an architecture-engineering contract with the Department of Veterans Affairs. It details that firms must provide performance data on at least three relevant projects, with specific instructions on the questionnaire's completion and submission. Respondents are advised to submit the questionnaire via email by February 14, 2025, to a designated contact at the NCO 1. The evaluation criteria encompass design services and, if applicable, construction support services and LEED/BIM documentation. Various performance factors will be rated on a scale from exceptional to unsatisfactory, requiring narrative explanations for lower ratings. Emphasis is placed on confidentiality, requiring evaluators to provide their contact information while ensuring the submitted questionnaire remains sensitive. This document is integral in documenting a firm's qualifications for governmental contracts, reflecting a formal process in securing federal grants, and furthering transparency and accountability in public procurement.
Feb 12, 2025, 5:07 PM UTC
Dec 23, 2024, 7:06 PM UTC
The project outlined in the VA Connecticut Healthcare System (VACHS) Statement of Work entails the replacement of aging underground diesel fuel storage tanks at the West Haven and Newington Campuses. This initiative follows inspections indicating deteriorating environmental conditions due to tank failures. The project will engage a Design-Bid-Build approach, covering all aspects of construction including civil, mechanical, electrical, and structural services. Key objectives include a comprehensive review of current conditions, stakeholder engagement, hazard analysis, and integration of monitoring systems. Design requirements stipulate 50% and 95% design development submissions, prioritizing environmental safety and compliance with federal and state regulations. The contractor must ensure operational continuity of existing fuel systems, while providing innovative solutions for temporary storage during the transition. Additionally, rigorous infection control measures must be maintained throughout construction to safeguard patients and staff. This undertaking represents a crucial investment in infrastructure, ensuring safe, reliable fuel storage systems while adhering to stringent environmental and regulatory standards, highlighting the VA's commitment to both modern facility management and environmental stewardship.
Feb 12, 2025, 5:07 PM UTC
The document outlines the "VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction," which establishes requirements for contractors submitting bids for government contracts under the Veterans Affairs (VA) authority. It specifies the limitations on subcontracting based on the type of contract awarded: service contracts may have up to 50% subcontracting to non-SDVOSBs (Service-Disabled Veteran-Owned Small Businesses), general construction contracts allow 85%, and special trade contractors are restricted to 75%. The clause emphasizes the legal obligations of offerors to comply with these limits, as well as potential penalties for violations, including fines and referral for suspension or debarment. Contractors must provide documentation to substantiate compliance with these subcontracting limitations and must complete a formal certification to ensure their offers are considered valid. The intent of this clause is to reinforce fair contracting practices while promoting small businesses, particularly those owned by veterans.
Feb 12, 2025, 5:07 PM UTC
Feb 12, 2025, 5:07 PM UTC
The document outlines the process for submitting a Past Performance Questionnaire as part of the response to the Department of Veterans Affairs’ request for Architect-Engineer Qualifications (SF 330) related to the replacement of underground storage tanks in West Haven and Newington. Contractors are required to complete the questionnaire for at least three projects that demonstrate their qualifications, with specific guidance on the deadlines and submission methods. Key sections include general information about the firm, evaluator details, and performance rating criteria, assessing various factors such as design services, construction support, LEED documentation, and overall management performance. A narrative summary is also required for any less-than-satisfactory ratings to provide context. The document emphasizes the sensitive nature of the information provided and instructs direct communication with the NCO 1 point of contact for any inquiries. It aims to ensure that applicants substantively demonstrate their previous performance, aiding in the selection process for future contracts.
Feb 12, 2025, 5:07 PM UTC
This document outlines the Proposed EHRM Infrastructure Upgrade project at 950 Campbell Ave, West Haven, CT, under GEOTILL PROJECT #112452001, dated April 17, 2024. The client for this project is Spees Design Build, and it presents multiple construction options (Options 1-4) regarding access to the EHRM facility. The document appears to focus on the evaluation and planning necessary for enhancing the existing utility infrastructure to support effective construction access and operational functionality. As part of federal and local RFP processes, this project underscores the ongoing effort to upgrade infrastructure in compliance with relevant standards, indicating important considerations such as safety and logistical requirements for contractors and project planners. The precise utilities to be located and assessed are likely integral to the overall success of this upgrade initiative.
Feb 12, 2025, 5:07 PM UTC
The document briefly references a boiler and generator plan related to governmental needs. While details are scarce and the text is fragmented, it seems to imply a focus on operational or infrastructure requirements involving boiler systems and generators. The context suggests potential involvement with federal or state requests for proposals (RFPs) or grants aimed at upgrading or maintaining essential energy-producing equipment. Such plans might be crucial in ensuring compliance with safety regulations or improving efficiency within public facilities. However, without additional information or context, the comprehensive objectives, specific requests, or anticipated outcomes remain unclear in this document.
Feb 12, 2025, 5:07 PM UTC
The VA Connecticut Healthcare System (VACHS) is initiating a project aimed at replacing aging underground diesel fuel storage tanks at its West Haven and Newington campuses. This overhaul addresses environmental issues caused by faulty tank sumps. The project follows a Design-Bid-Build contract format, incorporating civil, electrical, mechanical, and structural engineering services. Key tasks include site inspections, environmental assessments, and the design of new fuel systems that integrate with existing Building Management Systems. The design process involves multiple stages, including a 50% and 95% design submission, before final construction documents are created. Compliance with VA directives and state regulations is mandatory throughout the project, ensuring safe handling of any hazardous materials found, like asbestos or lead. The project will feature robust safety and quality assurance plans, and ongoing stakeholder engagement to minimize disruptions. This initiative underscores the VA's commitment to providing a safe healthcare environment by upgrading critical infrastructure while adhering to regulatory requirements and maintaining service functionality during the transition.
Feb 12, 2025, 5:07 PM UTC
Feb 12, 2025, 5:07 PM UTC
The document outlines the proposed EHRM (Electronic Health Record Management) Infrastructure Upgrade project at 950 Campbell Ave, West Haven, CT, managed by Spees Design Build. It presents multiple construction access options (Options 1-4) for the project, categorized under the GEOTILL Project #112452001, dated April 17, 2024. The focus of the project is not entirely clear, but it likely pertains to the installation and enhancement of infrastructure related to electronic health records, indicating a move towards modernizing healthcare facilities. The document serves as a preliminary outline of considerations for utility locates and construction access in relation to the proposed upgrades, which are significant within the context of federal grants and local RFPs aimed at improving healthcare infrastructure. Attention to site access and utility management underscores the project's adherence to regulatory requirements and operational efficiency.
Feb 12, 2025, 5:07 PM UTC
The document appears to pertain to an unspecified request for proposals (RFP) related to the boiler and generator systems, likely aimed at enhancing or upgrading their functionality. While details are sparse, it suggests a focus on technical plans or proposals regarding the boiler and generator setup. The document seems to outline the essential components involved in the process, although specific requirements and objectives are not explicitly detailed. Overall, the purpose of this file aligns with government initiatives to solicit proposals that may address the operational efficiency and reliability of essential infrastructure, particularly in government-funded projects or facilities. Further clarification or additional information would be needed to fully understand the specific context and requirements of this RFP.
Lifecycle
Title
Type
Special Notice
Sources Sought
Similar Opportunities
J091--Tank Testing and Veeder Root Installation Brand Name or Equal
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified contractors for a project involving tank testing and the installation of Veeder Root monitoring systems at the Central Texas Veterans Health Care Facility in Waco, Texas. The scope of work includes pressure testing 12 fuel tanks, installing monitoring systems at eight locations, and replacing essential components, all to be completed within a 120-day performance period. This initiative is crucial for ensuring compliance with environmental safety regulations and enhancing fuel management capabilities at the facility. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by April 7, 2025, at 10:00 AM CDT, and can contact Contract Specialist Makarim Abdul-Jabbar at makarim.abdul-jabbar@va.gov for further details.
Y1DA--VISN 1 Construction MATOC
Buyer not available
The Department of Veterans Affairs is issuing a Request for Proposals (RFP) for the Y1DA--VISN 1 Construction Multiple Award Task Order Contract (MATOC), aimed at enhancing healthcare infrastructure within the New England Healthcare System. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a seed project for the expansion of the Emergency Department at the West Roxbury VA Medical Center, with an estimated construction cost ranging from $2 million to $5 million. The project emphasizes strict adherence to safety protocols, including infection control measures and phased construction to maintain operational capacity, reflecting the VA's commitment to improving healthcare services for veterans. Interested contractors must submit their proposals, including past performance data and compliance certifications, by the specified deadlines, with the contract period spanning five years and a total project value of up to $1 billion. For further inquiries, potential bidders can contact Jacquelyn Wise at jacquelyn.wise@va.gov.
J044--Replace Chiller Plant Expansion Tanks | RFQ ENDS 4/5/25 | SITE VISIT
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of chiller plant expansion tanks at the Huntington VA Medical Center (VAMC) in West Virginia. This project aims to enhance the operational efficiency and maintenance of the facility's cooling systems, which are critical for providing a comfortable environment for veterans receiving care. The contract is set aside for small businesses, with a total budget of $47 million, and the performance period is scheduled from April 15, 2025, to April 14, 2026. Interested vendors must submit their proposals by April 5, 2025, and can direct inquiries to Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or by phone at 843-814-0299.
F109--Underground Storage Tank Inspections | St. Louis VA HCS
Buyer not available
The Department of Veterans Affairs is soliciting proposals for a contract focused on Underground Storage Tank Inspections at the St. Louis Veterans Affairs Health Care System. The contract will be a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with a ceiling of $19 million over a five-year period, including one annual ordering period, and aims to ensure compliance with federal and VA Health and Safety guidelines. This procurement is crucial for maintaining environmental safety and regulatory compliance regarding underground storage tanks, which are vital for the protection of public health and the environment. Interested contractors should note that the deadline for submitting offers is April 30, 2025, and they can direct inquiries to Contract Specialist Laura J. Ferguson at laura.ferguson@va.gov.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. This project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations, with proposals due by April 28, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the associated documents.
Z1DA--632-24-130 Repair PV Solar Carport System Project
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the Repair PV Solar Carport System Project at the Northport Veterans Affairs Medical Center, identified as Project No. 632-24-130. This project involves significant repairs following safety concerns due to a solar fire, including the removal and replacement of underground power cables, installation of new electrical vaults, and the replacement of damaged solar panels. The initiative underscores the VA's commitment to enhancing energy efficiency and operational performance while ensuring compliance with safety standards and federal regulations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and is expected to be completed within 120 calendar days from the Notice to Proceed. Interested contractors should contact Contract Specialist Jean M Paul at Jean.Paul@va.gov for further details and must submit their bids electronically by the specified deadline.
Y1ND--Sanitary Sewer CONSTRUCTION
Buyer not available
The Department of Veterans Affairs, through its Network Contracting Office 6, is seeking qualified contractors for a sanitary sewer construction project at the Hampton VA Medical Center in Virginia. The project involves the repair and replacement of sewer lines, along with necessary site preparation, with an estimated budget ranging from $2 million to $5 million. This initiative is crucial for maintaining the infrastructure and sanitation services at the medical center, ensuring a safe environment for veterans. Interested contractors must submit their qualifications, including contact information and relevant experience, by May 2, 2025, at 4:30 PM EDT, via email to the designated contact, Aaron Holmes, at aaron.holmes@va.gov.
Z2DA--523A4-CSI-401 Cath Lab Site Prep
Buyer not available
The Department of Veterans Affairs is announcing a presolicitation opportunity for a Design-Build Contractor to undertake the "523A4-CSI-401 Cath Lab Site Prep" project at the Boston VA Medical Center in West Roxbury, MA. The project involves site preparation for the installation of new equipment in the Cath Lab, including the construction of utility services, room renovations, and installation of necessary finishes, with an estimated contract value between $1,000,000 and $2,000,000. This initiative is crucial for enhancing medical facility capabilities for veterans and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must register in the System for Award Management (SAM) and be verified by the SBA Veteran Small Business Certification (VetCert), with the Request for Proposal (RFP) anticipated to be posted around April 15, 2025, and a total performance period of 310 days post-notice to proceed. For further inquiries, contact Heather M Libiszewski-Gallien at heather.libiszewski-gallien@va.gov or call 413-584-4040 ext 6386.
Y1DA--679-21-102 | Correct Failing Sanitary Sewer, Water Main, and Fire Protection Deficiencies
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to address deficiencies in the sanitary sewer, water main, and fire protection systems at the Tuscaloosa VA Medical Center in Alabama. The project, designated as 679-21-102, involves comprehensive construction efforts to repair and enhance existing infrastructure, ensuring compliance with safety standards and operational efficiency. This initiative is critical for maintaining reliable utility services essential for the medical center's operations and improving the overall quality of care for veterans. Proposals are due by April 10, 2025, at 1:00 PM EDT, and interested contractors should contact Contract Specialist Gregory R. Snyder at gregory.snyder@va.gov or 762-333-4273 for further details.
Z2NE--Project 512A5-25-002 Replace Boiler Plant Water Main Perry Point VAMC, MD
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for the replacement of the water main servicing the Boiler Plant and Chiller Plant at the Perry Point VA Medical Center in Maryland. This project requires a construction contractor to manage all aspects of the job, including labor, materials, and the legal disposal of waste, while also capping and abandoning the existing water main. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated construction cost ranging from $250,000 to $500,000. Interested contractors must be registered and certified with the SBA and SAM, and a site visit is highly recommended, scheduled approximately ten days after the solicitation is posted on or around April 11, 2025. For further inquiries, potential bidders can contact Contracting Officer Liana J Holland via email at Liana.Holland@va.gov.