J091--Tank Testing and Veeder Root Installation Brand Name or Equal
ID: 36C25725B0016Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF257-NETWORK CONTRACT OFFICE 17 (36C257)San Antonio, TX, 78240, USA

NAICS

Oil and Gas Pipeline and Related Structures Construction (237120)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FUELS, LUBRICANTS, OILS, AND WAXES (J091)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Feb 21, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 3:00 PM UTC
Description

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.

Point(s) of Contact
Makarim Abdul-JabbarContract Specialist
makarim.abdul-jabbar@va.gov
Files
Title
Posted
Mar 31, 2025, 5:06 PM UTC
The document outlines a solicitation from the Department of Veterans Affairs for construction services related to tank testing and Veeder Root installation at the Doris Miller VA Medical Center in Waco, Texas. The contractor is required to supply all necessary labor, materials, and equipment to pressure test 12 fuel tanks—both above and below ground—and perform additional installations and replacements. The project has a completion timeline of 120 days and falls within a magnitude estimate of $250,000 to $500,000. Bidders must provide a bid guarantee and performance bonds, and the procurement is specifically designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Key submission details include an electronic bidding process, deadlines for requests for information and bid submissions, and requirements for site visits. Additional compliance measures involve registration in the System for Award Management (SAM) and adherence to safety protocols, including those surrounding OSHA regulations. This solicitation reflects the government’s aim to engage small businesses and veterans in federal contracting efforts while ensuring high safety and performance standards. Interested parties must meet various eligibility criteria and demonstrate past performance competence for consideration.
Dec 21, 2024, 1:05 AM UTC
The Central Texas Veterans Healthcare System has issued a presolicitation notice for tank testing and Veeder root installation, requiring services to be performed at their Waco, Texas facility. This project, designated under solicitation number 36C25725B0016, is intended for approved contractors who can provide all necessary personnel and equipment, ensuring compatibility with existing systems. The work is set to be procured as a Firm-Fixed Price Construction contract following an Invitation for Bid (IFB) process, with a performance period of 120 days post Notice to Proceed. The project falls under NAICS code 237120 with an estimated magnitude between $250,000 and $500,000. Importantly, only Service-Disabled Veteran-Owned Small Businesses (SDVOSB) who are certified by the SBA's VetCert program are eligible to submit bids. The tentative solicitation period is between January 13 and February 18, 2025, with the award anticipated on February 28, 2025. Offerors must demonstrate the equivalence of any alternate products proposed to ensure compliance with the facility’s operational requirements. This initiative underscores the commitment of the Veterans Affairs to enhance facility functionality through strategic contractor engagements.
Mar 31, 2025, 5:06 PM UTC
The document pertains to Amendment 0001 regarding a solicitation for the Tank Testing & Veeder Root Installation project issued by the Department of Veterans Affairs (VA). It primarily modifies the closing date for the receipt of offers, extending it to April 1, 2025, at 10:00 AM CDT. The amendment aims to provide additional time for bidders to submit their proposals and includes a Sign-In Sheet from a pre-bid site visit. All other terms and conditions of the original solicitation remain unchanged and in full effect. This amendment is part of the VA's procurement process, ensuring transparency and fairness in acquiring services necessary for maintaining and improving facilities. The document emphasizes the importance of acknowledging receipt of the amendment and the procedures for submitting offers, reinforcing compliance and organization within the bidding process.
Mar 31, 2025, 5:06 PM UTC
The document outlines Amendment 0002 to Solicitation 36C25725B0016, issued by the Department of Veterans Affairs for a project involving tank testing and Veeder Root installation. The amendment serves to post responses to Requests for Information (RFIs) from potential bidders. Key points include specific project requirements such as positive drainage solutions for new concrete pads, relocation of alarm systems, sump and manhole cover replacements, and new equipment installation for tank modifications. The VA prefers using fiberglass for manhole covers and mandates testing of tank integrity post-installation. Additionally, the document addresses inquiries about existing site conditions, available specifications, and hardware options, clarifying that the TLS4 model is suitable for the project's needs. Overall, the amendment ensures that all terms remain unchanged except where specified, guiding contractors in their proposals and preparations for the upcoming work.
Mar 31, 2025, 5:06 PM UTC
The project outlined involves fuel tank testing and the installation of new Veeder Root monitoring systems at the Central Texas Veterans Health Care Facility in Waco, Texas. The contractor is tasked with pressure testing 12 fuel tanks, installing Veeder Root monitoring systems at 8 locations for diesel and gasoline, and replacing essential components such as fuel probes and concrete pads at multiple sites within a 120-day performance period. The scope includes careful coordination with the VA's Contracting Officer's Representative, ensuring compliance with all relevant federal, state, and local regulations. The work encompasses both below and above-grade installations, inspection of existing equipment, and any necessary repairs or replacements. Key specifications for the Veeder Root systems include features like real-time monitoring and diagnostics, and the contractor must ensure all installations meet stringent operational standards. Furthermore, the contractor must develop a safety plan that adheres to OSHA and VA safety regulations, ensuring minimal disruption to the facility’s regular operations. Regular site inspections and thorough clean-up after each workday are mandated. The project reflects the government's initiative to modernize its facilities while emphasizing safety and regulatory compliance in its operations.
Mar 31, 2025, 5:06 PM UTC
Mar 31, 2025, 5:06 PM UTC
The VHA Pre-Construction Risk Assessment (PCRA) document serves as a guideline for evaluating safety risks associated with construction, renovation, and maintenance activities within Department of Veterans Affairs facilities. It outlines procedures for assessing potential impacts on patients, employees, and contractors and mandates coordination and communication plans for affected areas. The PCRA emphasizes the need for tailoring to site-specific requirements and includes a template for classifying activity types along with corresponding control measures. The document categorizes activities into three types: small-scale, which involves limited risks and can be completed quickly; large-scale, which encompasses extensive work over six months and requires additional safety protocols; and general maintenance, which includes routine inspections without significant disruption. Key details include specifications for work that creates noise, requires lock-out/tag-out procedures, or might affect infection control. The document stresses the importance of area assessments for adjacent spaces and the necessity of an Infection Control Risk Assessment when applicable. Compliance with safety, environmental, and health regulations is paramount, ensuring minimal disruption during construction activities. This comprehensive framework demonstrates the VA's commitment to operational safety and patient care during infrastructural improvements.
Mar 31, 2025, 5:06 PM UTC
Mar 31, 2025, 5:06 PM UTC
The Veeder-Root TLS4 and TLS4B Automatic Tank Gauges (ATGs) offer advanced fuel management solutions for retail, commercial, and industrial applications. These gauges ensure optimal performance by providing accurate fuel inventory data, utilizing temperature compensation, automated business inventory reconciliation (BIR), and advanced tank calibration via AccuChart. The TLS4 model includes features like Continuous Statistical Leak Detection (CSLD) to prevent site shutdowns while meeting EPA standards for leak detection. Designed for efficiency and safety, both models offer a web-enabled interface, data logging, customizable user access, and remote connectivity options, such as the PLUS VIEW app for real-time monitoring. Additionally, they provide substantial data storage and protection against power outages. The document outlines the specific features of each model, including the capability of expansion through the TLS-XB box and various probe types for comprehensive leak detection. Veeder-Root's long-standing reputation in the industry underscores the reliability and profitability of implementing these ATGs. This summary aligns with the context of government RFPs by highlighting the importance of compliance, risk management, and technological advancement in fuel system management.
Mar 31, 2025, 5:06 PM UTC
The document appears to be a detailed governmental report that discusses various aspects related to federal and state/local RFPs (Requests for Proposals) and grants. While the file contains extensive formatting artifacts and appears corrupted, several key topics can be identified, focusing on compliance, safety, and procedural guidelines for project-related funding opportunities. Key ideas mentioned involve the need for proposals to align with federal grant requirements, including adherence to safety standards, regulatory compliance, and thorough documentation for assessment. The report highlights the significance of creating detailed plans before project initiation to ensure funding can be secured and executed effectively. Additionally, the necessity of including information about health risks, mitigation strategies, and environmental considerations within proposals is emphasized, ensuring that all potential challenges are addressed upfront. The overarching purpose of the document is to guide stakeholders in developing successful proposals that meet governmental guidelines for funding opportunities, ultimately facilitating project approval and execution while prioritizing safety and compliance. The structure likely follows a logical progression from identifying project needs to outlining compliance requirements and potential risks. Utilizing this framework enhances the chances of securing necessary funding through carefully crafted proposals.
Mar 31, 2025, 5:06 PM UTC
The document outlines specific federal contract clauses related to construction and sustainable procurement, effective February 2025. Key provisions include labor standards for wage determinations (52.222-6), requiring contractors to compensate laborers based on the classification of work performed. It mandates the inclusion of labor standards in subcontracts (52.222-11) for construction and alterations within the U.S. Additionally, contracts must incorporate clauses about reporting biobased products (52.223-2) and utilizing sustainable products and services (52.223-23), aligning with USDA and EPA standards. Contractors must report the types and costs of biobased products used annually and at contract completion, emphasizing the importance of sustainability and energy efficiency. The guidelines encourage the procurement of environmentally friendly options, including Energy Star-rated versus regular products, thus aiming to enhance compliance with environmental mandates. The aim of these clauses is to promote fair labor practices, ensure proper reporting for biobased and sustainable products, and enhance environmental responsibility in government contracting activities. This framework reflects a commitment to both workforce standards and sustainable practices in federal procurement processes.
Mar 31, 2025, 5:06 PM UTC
The TLS4 Automatic Tank Gauge is a compact, advanced monitoring console designed for retail, commercial, and industrial applications. It features a color touch screen (or variant without display) and supports up to 12 universal sensor inputs. The hardware includes various ports for connectivity, including USB and Ethernet, and it is compliant with several industry standards (UL, ATEX, IECEx). The system offers default application software for leak detection and custom alarms, with options for additional features such as Continuous Statistical Leak Detection, Business Inventory Reconciliation, and Timed Sudden Loss Detection. Environmental specifications include operation within a temperature range of +32°F to +122°F and 0-90% humidity. Advanced security measures, including user-specific access controls and system updates, further enhance the TLS4's functionality. The gauge's modular design allows for future expansion, and its compatibility with various installation requirements ensures comprehensive monitoring and management of fuel storage systems. This document serves as a detailed technical overview for government RFPs and grants related to monitoring equipment, underscoring the TLS4's application in ensuring compliance with environmental safety regulations.
Mar 31, 2025, 5:06 PM UTC
The TLS4i Automatic Tank Gauge is designed for commercial and industrial applications, allowing for the monitoring of up to four tanks. It features a user-friendly 7” color touch screen and offers both display and non-display console options. This system requires specific hardware configurations and supports various software modules for enhanced functionality, including options for leak detection and alarm customization. Installation guidelines specify environmental tolerances and wiring specifications, ensuring reliability and safety in usage. Key features include graphical inventory reports, tank calibration options, and advanced leak detection capabilities. The console is equipped with robust data security and management functions, supporting both AC and DC power input. It is compliant with various safety and operational standards, making it suitable for rigorous industry requirements. This document is relevant in the context of government RFPs, addressing procurement needs for tank monitoring and compliance with environmental regulations in fuel and substance management.
Mar 31, 2025, 5:06 PM UTC
The document serves as an amendment to solicitation number 36C25725B0016 related to the installation and testing of Veeder Root tank monitoring systems at various Veterans Affairs facilities. The amendment extends the deadline for submission of offers to April 7, 2025, at 10:00 AM CDT, and includes responses to several requests for information (RFIs) that were not addressed in prior amendments. Key points outlined in the amendment include: - Confirmation that most current overfill alarms will remain operational, with proposals invited for potential relocation of acknowledgement modules. - The installation of leak detection sensors in sumps and hydrostatic testing for larger containment sumps is confirmed. - Costs for replacing damaged sumps and specifying whether double wall spill buckets should include drains are clarified. - It outlines requirements for IT setups related to a centralized monitoring station and compliance measures for gas-line penetrations. Overall, the amendment reinforces the procedures and expectations for potential contractors, promoting transparency and clarity in the bidding process while addressing previous inquiries related to the project specifications and costs.
Mar 31, 2025, 5:06 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
J045--To install and repair G2 RO Systems, Water Softener and Carbon Tanks
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors for the installation and repair of G2 Reverse Osmosis (RO) Systems, water softeners, and carbon tanks at the West Texas VA Health Care System's Boiler Plant in Big Spring, Texas. The project entails the complete removal of existing resin and gravel from three water softener tanks and their replacement with new materials, as well as the installation of new RO units and carbon tanks. This procurement is crucial for maintaining water quality and operational efficiency in healthcare services provided by the VA. Interested parties should direct their responses to Contract Specialist Abduel Sanford at abduel.sanford@va.gov, with work expected to be completed within 30 days after contract award. This notice serves as a Sources Sought Notice and does not constitute a formal request for proposals.
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.
N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the leasing and maintenance of a Reverse Osmosis (RO) and Deionized (DI) water system at the Michael E. DeBakey VA Medical Center in Houston, Texas. The procurement aims to ensure compliance with ANSI/AAMI ST108:2023 standards for water quality in medical device processing, requiring contractors to provide equipment installation, ongoing maintenance, and comprehensive water quality testing. This initiative is critical for enhancing healthcare service delivery and maintaining safety and infection control protocols within the medical facility. Interested service-disabled veteran-owned small businesses (SDVOSB) must submit their proposals by April 28, 2025, at 2:00 PM CDT, and can direct inquiries to Contracting Officer Felicia Lovelady at Felicia.Lovelady@va.gov.
F109--Underground Storage Tank (UST) Inspection
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to conduct inspections and testing on underground storage tanks (USTs) at the Montana Veterans Affairs Healthcare System in Fort Harrison, Montana. The primary objective of this procurement is to ensure compliance with Montana Department of Environmental Quality regulations through Operator’s Annual Inspections for four specific tanks and associated equipment, with a contract valued at approximately $25.5 million over one base year and four optional years. This initiative is crucial for maintaining operational safety and environmental compliance, emphasizing the importance of safeguarding government assets and adhering to legal statutes. Interested small business participants must submit their proposals by March 24, 2025, at 10 AM Mountain Time, and can contact Contract Specialist David M. Glanton at David.Glanton@va.gov or 303-717-7075 for further details.
Sterile Processing Service Water Testing
Buyer not available
The Department of Veterans Affairs is seeking proposals for a contract focused on Sterile Processing Service Water Testing, aimed at ensuring the quality of water used in the processing of medical devices across several facilities in South Texas. The contractor will be responsible for testing, maintenance, and repair of water systems, adhering to the ANSI/AAMI ST108:2023 standards, which include regular water sampling, filter and tank maintenance, and timely reporting of water quality results. This initiative is critical for maintaining high healthcare standards for veterans, reinforcing the importance of reliable sterilization processes in medical environments. The contract, valued at approximately $41 million, is structured over a base year with four optional renewal years, and interested parties can contact Mr. Shawn R. Reinhart at shawn.reinhart@va.gov or 254-421-6661 for further details.
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.
F109--Underground Fuel Storage Tank Inspection & Maintenance - Det roit
Buyer not available
The Department of Veterans Affairs is seeking a qualified contractor to perform inspection and maintenance services for six Underground Fuel Storage Tank (UST) systems at the John D. Dingell VA Medical Center in Detroit, Michigan. The contractor will be responsible for conducting quarterly and annual inspections, maintenance, calibration, and testing of the UST systems in compliance with Michigan regulations and industry standards, including those set by the Petroleum Equipment Institute. These services are critical for ensuring environmental safety and regulatory compliance, thereby preventing potential contamination and hazards associated with hazardous materials. Interested parties should contact Contract Specialist Morgan A. Stein at Morgan.Stein@va.gov for further details, with the contract expected to be awarded following a structured evaluation process based on compliance and qualifications.
Y1JZ--FY25: NRM (PROJ: 673-21-144) BB Install Main Water Well and Tower
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the installation of a main water well and elevated water tower at the James A. Haley VA Medical Center in Tampa, Florida, under Project Number 673-21-144. The project aims to enhance the facility's water supply system, which currently does not meet the necessary pressure and storage requirements, by constructing a new 1,000,000-gallon elevated tank and associated infrastructure while ensuring minimal disruption to ongoing operations. This procurement is particularly significant as it reflects the VA's commitment to improving essential services for veterans, with an estimated construction cost between $10 million and $20 million and a project duration of approximately 550 days. Interested Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors must submit their proposals electronically by May 29, 2025, and can contact Contracting Officer Cynda J Rosa at Cynda.Rosa@va.gov for further information.
Z2DA--STX Upgrade HVAC ALMD Lab 671-22-190
Buyer not available
The Department of Veterans Affairs (VA) is preparing to issue an Invitation for Bids (IFB) for the upgrade of HVAC systems in the 1st Floor Lab of the Audie L. Murphy VA Hospital located in San Antonio, Texas. This project entails general construction services, including alterations and the removal of existing utilities, with a contract value estimated between $1 million and $2 million. The initiative is part of the VA's commitment to enhancing healthcare facilities for veterans and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation is expected to be released on SAM.gov around April 30, 2025, with bid openings anticipated for July 30, 2025. Interested bidders must ensure compliance with specific requirements, including a current VETS 4212 report and registration in SAM and SBA's VetCert platform, to have their proposals deemed responsive. For further inquiries, contact Cheryl Clark, Contract Specialist, at cheryl.clark4@va.gov.
Z1DA--Bldg 60 VAV Box Replacement Wing A and Wing B
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors for the replacement of Variable Air Volume (VAV) boxes at Building 60 within the Dallas VA Health Care System. This presolicitation notice invites bids specifically from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), as mandated by FAR regulations, and emphasizes the importance of verifying SDVOSB status through the Dynamic Small Business Search prior to proposal submission. The project, which falls under the NAICS code 238220, has an estimated magnitude between $500,000 and $1 million, highlighting its significance in maintaining the VA healthcare infrastructure. Interested contractors should direct inquiries to Contract Specialist Miguel Gonzalez at Miguel.gonzalez4@va.gov or (915) 282-1732, with a response deadline set for May 2, 2025.