C1DA--689-25-112, AE Replace Underground Storage Tanks Requests for Specialized Experience Responses to RFI's
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
    Description

    The Department of Veterans Affairs is seeking proposals from qualified architect-engineering firms for the replacement of outdated underground diesel fuel storage tanks at its Connecticut Healthcare System campuses in West Haven and Newington. The project aims to address environmental concerns due to deficiencies identified during recent inspections, necessitating the removal and replacement of tanks ranging from 4,000 to 12,000 gallons, specifically double wall fiberglass reinforced plastic (FRP) tanks. This initiative is critical for ensuring compliance with safety and regulatory standards while enhancing the operational efficiency of healthcare facilities. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their qualifications, including a Standard Form 330, by February 14, 2025, with the project value estimated between $1 million and $5 million. For further inquiries, contact Contract Specialist Cecilia Antwi at cecilia.antwi@va.gov or call 774-826-3970.

    Point(s) of Contact
    Cecilia AntwiContract Specialist
    (774) 826-3970
    cecilia.antwi@va.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    The document outlines plans for connecting a new 6" sprinkler service to existing infrastructure at a facility in West Haven, CT, along with the installation of a new 12,000-gallon underground fuel tank and other related piping modifications. It includes specifications for relocating existing systems, installing containment piping, and ensuring compliance with construction and environmental regulations. The contractor must coordinate with various stakeholders and maintain minimal downtime for the existing generator during the project.
    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.
    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.
    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.
    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.
    Similar Opportunities
    H391--Underground Storage Tank Testing
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Underground Storage Tank (UST) testing services at the Hampton VA Medical Center. The procurement aims to ensure comprehensive inspections and compliance testing for two USTs, adhering to both state and federal regulations, with a focus on environmental safety. This project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and includes a base contract with four option years, with a maximum award amount of $19 million. Interested contractors must submit their proposals via email by February 11, 2025, and can direct inquiries to Contract Specialist Yanique Y Williams Chin at Yanique.WilliamsChin@va.gov.
    Underground/Aboveground Storage Tank Inspections, Testing, and Repairs/Upgrade Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide inspection, testing, and repair services for Underground Storage Tanks (USTs) and Aboveground Storage Tanks (ASTs) at the Dallas VA Medical Center. The objective of this procurement is to ensure compliance with environmental regulations while maintaining operational efficiency of the fuel systems, which includes training VA personnel and maintaining detailed compliance records. This contract, valued at an estimated total of $45 million, is set to begin on March 1, 2025, with options for up to four additional years, and is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further information, and note that a scheduled site visit will occur on February 6, 2025, at 9:00 AM CT.
    C223--405-25-002 | A/E Multi-stack Chiller Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide design services for the Multi-stack Chiller Replacement project at the White River Junction VA Medical Center in Vermont. The project aims to replace unreliable multi-stack modular chillers and associated cooling system components to enhance energy efficiency and operational reliability, with a budget estimated between $1 million and $5 million. This procurement is critical for maintaining the healthcare facility's infrastructure while ensuring compliance with various codes and standards during the upgrade process. Interested firms, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their qualifications via SF 330 packages by February 28, 2025, and direct any inquiries to Contracting Specialist Deborah L. Hughes at deborah.hughes4@va.gov.
    C1DA--Correct MHEOCC Deficiencies Bldg 170 (VA-25-00019512)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to address deficiencies in Mechanical, Heating, and Electrical systems at Building 170 of the Salem VA Medical Center. The project aims to enhance the infrastructure of mental health facilities, ensuring compliance with VA and federal standards through design, planning, and construction services. This initiative is critical for improving service delivery in veterans' healthcare facilities, reflecting the VA's commitment to quality care. Interested firms must submit their Standard Form 330 by March 4, 2025, at 10 AM Eastern Time, and can contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov or 757-251-4073 for further information.
    Z2DA--689A4-22-700 EHRM Infrastructure, Newington CONSTRUCTION SOLICITATION (VA-24-00028377)
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the EHRM Infrastructure Upgrades project at the Newington VA Medical Center in Connecticut, aimed at modernizing and enhancing the facility's IT and communication systems. The project involves extensive construction services, including the installation of fiber optic and CAT 6A cabling, upgrades to electrical and HVAC systems, and improvements to fire protection and security measures across multiple buildings. This initiative is critical for ensuring the facility meets current operational standards and prepares for the nationwide Cerner upgrade, ultimately enhancing service delivery for veterans. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their bids by February 18, 2025, with a pre-bid site visit scheduled for February 3, 2025. For further inquiries, contractors can contact Shardae Webb at Shardae.Webb@va.gov or Gabriel D. Escarciga at gabriel.escarciga@va.gov.
    Z1DZ--SATOC Mechanical (VA-24-00094556)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) focused on mechanical construction services for the VA Connecticut Healthcare System. This contract, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), aims to facilitate plumbing, heating, and air conditioning projects at the West Haven and Newington medical centers, with task orders ranging from $2,000 to $1,000,000 and a total contract ceiling of $7,500,000. The initiative is crucial for maintaining and improving healthcare infrastructure, ensuring compliance with federal regulations, and promoting veteran entrepreneurship. Interested contractors must submit their proposals electronically by February 18, 2025, and can contact Judith Ruggiero at judith.ruggiero@va.gov for further information.
    4820--Cast Steel PRV Material Acquisition
    Buyer not available
    The Department of Veterans Affairs is seeking to acquire cast steel pressure relief valves (PRVs) for the White River Junction Veterans Affairs Medical Center (VAMC). The procurement involves a firm-fixed-price contract for four replacement carbon/cast steel steam PRVs, which are essential for maintaining the infrastructure necessary for veteran healthcare services. Interested offerors must submit quotes that include completed price schedules and past performance worksheets, with evaluations based on price, past performance, and technical capability. Responses are due by February 12, 2025, and interested parties must be registered in the System for Award Management (SAM) to be eligible. For further inquiries, contact Contract Specialist Kenya Mitchell at Kenya.Mitchell1@va.gov or call 860-666-6951.
    Z2DA--SATOC General Construction
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Single Award Task Order Contract (SATOC) to provide general construction services at the Connecticut Healthcare System, specifically for its West Haven and Newington campuses. This procurement is exclusively available to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses non-complex construction projects valued between $2,000 and $1,000,000, with a total contract cap of $7,500,000 over a five-year period. The selected contractor will be responsible for routine maintenance, alterations, and repairs, ensuring compliance with safety protocols and quality standards, while utilizing a "Best Value" evaluation process that weighs technical merit and past performance against price. Proposals must be submitted electronically by March 5, 2025, at 4:00 PM EST, and interested parties can contact Judith Ruggiero at judith.ruggiero@va.gov for further information.
    Y1PZ--402-24-001 Close and Infill Underground Vaults Togus VA Medical Center
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for the project titled "402-24-001 Close and Infill Underground Vaults" at the Togus VA Medical Center in Augusta, Maine. The contractor will be responsible for conducting a thorough investigation of the underground structure's condition and reporting on the feasibility of infilling it with appropriate materials, adhering to current building codes and VA standards. This project is crucial for ensuring the safety and structural integrity of the facility, as it addresses potential hazards posed by the underground vaults. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their quotes via email by February XX, 2025, with a site visit scheduled for January XX, 2025. For further inquiries, contact Alexandru Sava at Alexandru.Sava@va.gov or Diane C. Davis at diane.davis2@va.gov.
    J045--Replace Chiller #2 Project 526-22-105
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the Replace Chiller 2 project (526-22-105) at the James J. Peters DVA Medical Center in Bronx, NY. This project, estimated to cost between $1,000,000 and $2,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves the supply and installation of a new chiller, maintenance of a temporary chiller during the transition, and extensive electrical and mechanical work. The successful contractor must comply with federal, state, and local codes, ensuring the new installation is operational by May 1, 2025, to meet summer demands. Interested bidders should contact Contracting Officer Phillip D. Kang at Phillip.Kang@va.gov and are required to submit their proposals by the specified deadline, with a pre-bid site visit scheduled to facilitate understanding of the project requirements.