J091--Tank Testing and Veeder Root Installation Brand Name or Equal
ID: 36C25725B0016Type: Solicitation
AwardedJun 24, 2025
$485K$485,000
AwardeeGOLD WAVE INC DARIEN 60561
Award #:36C25725C0049
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 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 (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 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.
    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.
    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 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.
    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 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.
    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.
    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.
    Similar Opportunities
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.
    Offutt Tank Inspection
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tank inspection services at Offutt Air Force Base, Nebraska. The procurement involves conducting API Modified Inspections on four Jet A fuel tanks, including tasks such as fuel removal, tank cleaning, and the development of strapping charts, all adhering to federal and state regulations. This contract is crucial for maintaining the integrity and safety of fuel storage facilities, ensuring compliance with environmental and safety standards. Proposals are due by December 16, 2025, at 2:00 PM CST, and interested parties should contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil for further information.
    F103--STX WATER QUALITY MONITORING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Water Quality Monitoring services for the South Texas Veterans Healthcare System. The procurement aims to provide, install, and maintain advanced continuous water quality monitoring equipment and data management systems, ensuring compliance with health and safety standards. These services are crucial for maintaining safe water quality in healthcare facilities, particularly in preventing Legionella outbreaks. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their offers by December 19, 2025, and can contact Contracting Officer Joseph A. Leyte at joseph.leyte@va.gov or 210-694-6315 for further information.
    Real Time Location Environmental Monitoring System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is soliciting proposals for a Real Time Location Environmental Monitoring System to be implemented across various healthcare facilities in Texas. The contractor will be responsible for providing an automated continuous environmental monitoring system, which includes support and maintenance services, to ensure compliance with VHA Directives regarding temperature, humidity, and differential pressure monitoring. This system is crucial for maintaining optimal conditions in medical environments, particularly in areas such as sterile processing and laboratory functions. The contract, identified by Solicitation Number 36C25726Q0120, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will span from January 18, 2026, to January 17, 2031. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further details.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract, set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), encompasses a range of services including testing, inspections, preventative maintenance, corrective repairs, and emergency services over a base year and four one-year option periods, extending from March 2026 to March 2031. These services are critical for ensuring the safe and efficient operation of the facility's heating and cooling systems, which are vital for patient care and operational continuity. Interested contractors should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and must adhere to specific requirements outlined in the solicitation, including the provision of a qualified project coordinator and certified technicians.
    H391--Underground Storage Inspection & Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified small businesses to provide underground and aboveground storage tank inspection and maintenance services for the VA Northern Indiana Healthcare System, specifically at the Marion and Fort Wayne campuses. The procurement involves comprehensive services including compliance checks, leak detection, and maintenance in accordance with Indiana's Storage Tank Rules and other applicable regulations. This contract, which includes a base year and four option years, is critical for ensuring the safety and compliance of the VA's fuel storage systems. Interested vendors must submit their quotes by January 5, 2026, at 1 PM EST, and direct any questions to Contract Specialist Tiera Sims at tiera.sims@va.gov by December 17, 2025, at 3 PM EST.
    Replace Steam Trench Cap
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the replacement of the steam trench cap at the Amarillo VA Medical Center in Texas. The contractor will be responsible for providing all necessary labor, equipment, tools, materials, and supervision to remove the old trench cap and install a new one, adhering to the detailed specifications outlined in the Statement of Work. This project is critical for maintaining the infrastructure of the medical facility, ensuring continued operational efficiency and safety. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Miguel Gonzalez at Miguel.gonzalez4@va.gov or call 915-282-1732 for further details. The procurement process includes stringent requirements for site operations, material management, and compliance with VA security protocols, with a focus on minimizing disruption to existing medical services.
    CTX Waco Bldg. 8 Access Control Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    Robins Air Force Base Tank Inspection
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for a contract to perform inspections on fuel tanks at Robins Air Force Base in Georgia. The scope of work includes the removal and disposal of remaining fuel, tank cleaning, and conducting inspections on both Aboveground Storage Tanks (AST) and Underground Storage Tanks (UST), with a focus on compliance with industry standards and federal regulations. This contract is critical for ensuring the integrity and safety of fuel storage facilities, which play a vital role in military operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by December 17, 2023, at 2:00 PM CST, to the primary contact, Jaylem Durousseau, via email at jaylem.l.durousseau@usace.army.mil.
    H166--Fume Hood Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Fume Hood Services for the Central Texas Veterans Health Care System, encompassing facilities in Temple, Waco, and Austin, Texas. The procurement aims to establish a contract for a base year plus four option years, requiring the contractor to furnish all necessary supplies, tools, labor, and travel for the annual or semi-annual adjustments and certifications of fume hoods, ensuring compliance with CAP, CNBT, and NSF/ANSI 49 standards. This service is critical for maintaining safe laboratory environments and ensuring the operational integrity of fume hoods used in healthcare settings. Interested parties, particularly service-disabled veteran-owned, veteran-owned, small, HUBZone, or large businesses under NAICS code 541380, are encouraged to respond to this Sources Sought Notice for market research purposes. For further inquiries, contact Maria Orosco-Hofmann at maria.hofmann@va.gov or (210) 694-6375.