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)ARLINGTON, TX, 76006, USA

NAICS

Oil and Gas Pipeline and Related Structures Construction (237120)

PSC

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

    The Department of Veterans Affairs is soliciting bids for a federal contract titled "J091--Tank Testing and Veeder Root Installation Brand Name or Equal," aimed at enhancing fuel management systems at the Central Texas Veterans Health Care Facility in Waco, Texas. The project requires the contractor to conduct pressure testing on 12 fuel tanks, install Veeder Root monitoring systems at eight locations, and replace essential components, all within a 120-day performance period. This initiative is critical for modernizing the facility's fuel management capabilities while ensuring compliance with safety and regulatory standards. Interested bidders, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals electronically, with a project budget estimated between $250,000 and $500,000. For further inquiries, contact Contract Specialist Makarim (AJ) Abdul-Jabbar at Makarim.Abdul-Jabbar@va.gov.

    Point(s) of Contact
    Makarim (AJ) Abdul-JabbarContract Specialist
    Makarim.Abdul-Jabbar@va.gov
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    J091--Replace Automatic Tank Monitoring System (VA-25-00020405)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for the replacement of the Automatic Tank Monitoring System at the Omaha VA Medical Center. The project encompasses the removal of the existing system, installation of new sensors and consoles, thorough testing, and training for onsite personnel, with the contract expected to run from March 3, 2025, to May 3, 2025. This initiative is part of the VA's commitment to enhancing healthcare infrastructure while prioritizing engagement with Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must submit their proposals by March 4, 2025, and can direct inquiries to Contract Specialist Erica M. Miller at Erica.Miller5@va.gov or by phone at 319-688-3703.
    H946--Boiler Water Treatment Svcs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler Water Treatment Services to support the Central Texas Veterans Health Care System (CTVHCS) at the Temple and Waco VA Medical Centers in Texas. The contract, anticipated to be awarded as a firm-fixed price, aims to ensure efficient boiler operation through comprehensive chemical water treatment, regular water testing, and technical advisory services, while also emphasizing compliance with environmental standards. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the government's commitment to supporting veteran-owned enterprises. Interested vendors must submit their proposals by February 25, 2025, and direct any questions to Contracting Specialist Marcellus Jackson at marcellus.jackson@va.gov by February 10, 2025. The total contract value is estimated at $41 million, covering a base period of one year with four optional one-year extensions.
    Z1PZ--Clean/Inspect Water Tower & Ground Storage Tank
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the cleaning and inspection of a water tower and ground storage tank at the Amarillo VA Health Care System. The contractor will be responsible for providing all necessary equipment, labor, and documentation, including sediment removal and annual inspections as required by the Texas Commission on Environmental Quality (TCEQ). This procurement is significant for maintaining the facility's water infrastructure and ensuring compliance with health and safety regulations. Proposals are due by February 27, 2025, at 4 PM CST, and interested parties can contact Contract Specialist Sherine Brooks at Sherine.Brooks@va.gov or by phone at 254-899-6034 for further information. The estimated project value is approximately $16.5 million, and the contract is set aside for small businesses.
    AST, UST, Tank and Generator Inspection Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for inspection services related to Aboveground Storage Tanks (ASTs), Underground Storage Tanks (USTs), and generators at its facilities in Seattle and American Lake, Washington. The contract, valued at approximately $19 million, includes monthly visual inspections and comprehensive annual assessments, with a strong emphasis on compliance with federal, state, and local environmental regulations. These services are crucial for ensuring the safety and integrity of fuel storage systems, thereby minimizing environmental hazards and ensuring public safety. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the new deadline of March 7, 2025, and can contact Derek Crockett at derek.crockett@va.gov or 360-816-2760 for further information.
    6830--Base Yr. Plus 4 Option Yrs. Bulk Oxygen/Gas Tank RFQ
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the supply and rental of medical-grade bulk liquid oxygen at the Washington DC VA Medical Center, under solicitation number 36C24525Q0155. The contract aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) agreement, requiring the provision of one 6,006-gallon main tank and one 901-gallon reserve tank, with strict compliance to FDA and NFPA standards for safety and quality assurance. This procurement is crucial for ensuring a reliable supply of medical-grade oxygen, which is essential for the healthcare needs of veteran patients. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) must submit their quotes by February 26, 2025, at 10 AM Eastern Time, with questions directed to Contract Specialist Michael Jones at michael.jones16@va.gov by February 19, 2025, at 4:30 PM EST.
    4410--Temporary Deaerator Tank Rental
    Buyer not available
    The Department of Veterans Affairs (VA) is soliciting proposals for the rental and installation of a Temporary Deaerator Tank at the Bay Pines VA Medical Center in Florida, specifically under solicitation number 36C24825Q0313. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to enhance the operational efficiency of the existing boiler plant system by facilitating necessary inspections without interrupting steam operations. The contract will be firm fixed price, covering a base period from March 3, 2025, to March 2, 2026, with options for four additional years, and interested vendors must submit their quotations by March 5, 2025, at 12:00 PM EST. For further inquiries, vendors can contact Contracting Officer Lakiesha Anderson at lakiesha.anderson@va.gov or by phone at 561-618-2398.
    J041--CTX Chiller Water Treatment Service Base plus 4 Option Years
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the CTX Chiller Water Treatment Service, which includes a base year and four option years, from April 1, 2025, to March 31, 2030, specifically for the Temple VA Medical Center in Texas. The contract is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires comprehensive chemical treatment for chillers and cooling systems, ensuring optimal performance and adherence to safety protocols through bi-weekly inspections and emergency response provisions. This initiative underscores the VA's commitment to maintaining high operational standards in veteran healthcare facilities while promoting small business participation in government contracts. Interested contractors must submit their proposals by March 4, 2025, and can contact Contract Specialist Abduel Sanford at abduel.sanford@va.gov or 254-922-1975 for further information.
    Z2DZ--Network (VISN) 17 Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Site Prep
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract focused on site preparation for the renovation of the MRI room at the Olin E. Teague Veterans’ Medical Center in Temple, Texas. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses comprehensive construction services, including the relocation of utilities and adherence to strict safety and infection control protocols, with a project magnitude estimated between $20 million and $50 million. This initiative is crucial for enhancing healthcare facilities for veterans, ensuring compliance with federal regulations while maintaining operational integrity during construction. Interested contractors must submit their proposals by February 26, 2025, at 10:00 AM CST, and can direct inquiries to Contracting Officer Rhonda Richardson at rhonda.richardson5@va.gov or by phone at 254-421-5722.
    Y1JZ--FY25 549-23-723 NRM Upgrade Utility Grand Prairie
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "Upgrade Utility Grand Prairie" project, aimed at enhancing infrastructure at the Grand Prairie Clinic in Texas. This construction initiative, valued between $2 million and $5 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires bidders to provide all necessary labor, materials, and equipment as outlined in the Statement of Work (SOW). The project is critical for improving utility services to support ongoing clinic operations while ensuring minimal disruption and adherence to safety protocols. Interested bidders must submit their proposals by March 13, 2025, at 10:00 AM CST, and can direct inquiries to Contract Specialist Eileen Myers at Eileen.Myers@va.gov or by phone at 254-987-0201.
    N046--580-25-2-5161-0036 Reverse Osmosis and DI Water
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation and leasing of Reverse Osmosis and deionized (DI) water equipment, along with annual maintenance and testing services at the Michael E. DeBakey VA Medical Center in Houston, Texas. This procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will cover a base year with four optional years, emphasizing the VA's commitment to enhancing opportunities for veteran-owned businesses. The anticipated solicitation release is around February 21, 2025, with proposal submissions due by March 14, 2025. Interested contractors must be verified as SDVOSB and comply with the applicable NAICS Code (221310) with a size standard of $19 million; for further inquiries, they can contact Contracting Officer Felicia Lovelady at FELICIA.LOVELADY@VA.GOV or (318) 466-4317.