H191--36C255-21-AP-3661 589-22-1-1829-0003 Aboveground Fuel Tank Inspection and Fuel Oil Filtering (VA-21-00091537)

expired opportunity(Expired)
From: Federal Government(Federal)
36C25521Q0648

Basic Details

started - 21 Sep, 2021 (about 2 years ago)

Start Date

21 Sep, 2021 (about 2 years ago)
due - 27 Sep, 2021 (about 2 years ago)

Due Date

27 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C25521Q0648

Identifier

36C25521Q0648
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103261)VETERANS AFFAIRS, DEPARTMENT OF (103261)255-NETWORK CONTRACT OFFICE 15 (36C255) (3718)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHTDISCLAIMERThis RFI/Sources Sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI/Sources Sought that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI/Sources Sought.The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI/Sources Sought In Accordance With (IAW) FAR Part 15.201(e).SOURCES SOUGHT DESCRIPTIONThis is NOT a solicitation announcement. This is a RFI/Sources Sought. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 541330. Responses to this RFI/Sources Sought
will be used by the Government to make appropriate acquisition decisions. After review of the responses to this RFI/Sources Sought, a solicitation announcement may be published. Responses to this RFI/Sources Sought synopsis are not considered adequate responses for a solicitation announcement.The information identified below is intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the supplies/services that fulfill the required specifications, or brand name equal.If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this RFI/Sources Sought should include company name, address, point of contact, size of business pursuant to the following questions:  Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?Is your company considered small under the NAICS code identified under this RFI/Sources Sought?Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?If you’re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?Does your company have an Federal Supply Schedule (FSS) contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please provide general pricing of your products/solution for market research purposes. Catalog list prices, FSS prices, or any other publicized price lists are acceptable.Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached State of Work (SOW).Please provide your DUNS number.Responses to this notice shall be submitted via email to Teresa Cabanting at teresa.cabanting@va.gov and copy furnish to Jennifer Sotomayor at jennifer.sotomayor@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this RFI/Sources Sought. Responses to this RFI/Sources Sought notice are not a request to be added to a prospective offerors list or to receive a copy of the solicitation.The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following,DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORKStatement of WorkAboveground Fuel Tank Inspection and Fuel Oil FilteringThe Kansas City, VA Medical Center is requesting the services for annual inspections, maintenance, repair, and certification of all Aboveground Storage Tanks (AST) located at the Kansas City VAMC, 4801 E. Linwood Blvd, Kansas City, MO 64128.As part of the Medical Centers Spill Prevention, Control and Countermeasure Plan (SPCC) Program, the VA is requesting the services of a qualified contractor, to perform the requested services on all AST’s that have a capacity of 55 gallons, or more.Additional services requested include: Fuel oil filtration (AKA Polishing) water removal fuel oil recirculation, fuel oil quality analysis, and fuel oil treatment.General RequirementsContractor shall possess all required licenses, certifications, and equipment necessary to perform the requested services and to provide the appropriate certifications, including API 653 certification.The following Codes, Standards and Regulations will be followed. They include, but are not limited to:American Petroleum Institute (API)American Society for Testing and Materials (ASTM)Environmental Protection Agency (EPA)NFPA 110 Chapter 8Occupational Safety and Health Administration (OSHA)1. Performance:The Contractor shall provide all materials, equipment, labor, tools, and supervision toperform annual AST interior and exterior inspections, maintenance, repairs, and certifications. This shall include the replacement of any component that has failed or is beyond economical repair.All connected fuel oil and vent piping systems and components, that are connected to the AST’s, in their entirety, are included in this Scope.Contractor must complete the annual testing within 30 days, before or after, the previous year’s testing date. This is a Joint Commission requirement.Contractor will inspect for:Paint ConditionRust: i.e., does the component need treatment, re-paint, repair, or replacement?Indications of fuel leakage, on or near any exposed components of each AST and its associated piping systems.Component/Tank damage; other than rustContainer’s supports and foundationsAll signage required by applicable regulations, including but not limited to: NFPA, ASME, OSHA, DVA and EPA.All exposed piping and appurtenances, for proper support and protection from moving vehicles.Cathodic protection, such as sacrificial anodes.AST labeling of contents, size, last inspection, safe gauge height and year built.Tank over-fill protection, such as direct vision gauges, high liquid level alarms, flow restrictions or high liquid level shut-off devices.Contractor will test AST’s for:IntegrityHydrostatic and/or other non-destructive testing.Signs of deterioration and dischargesContractor will perform:Fuel oil recirculation and filteringCourse Strainer- Using a full-size basket strainer with a 100-mesh basket.Separator, using a coalescing membrane that causes the emulsified water to form into droplets as the contaminated fuel passes through it.Primary Filter-A fine element filter with a final production, in the range of 4-10 ppm.Water Emulsification Agents shall not be used.Fuel oil treatment using cetane boosters, stabilizers and biocides as needed.Minimum cetane rating for diesel fuel shall not be less than 40.Fuel oil testing and quality analysis per:ASTM D-613 cetane/combustion testASTM D-1094 water testASTM D-2274 fuel stability testASTM D-500 lubrication quality testASTM D-97 cold flow testContractor will exercise all fuel oil valves that are on, and connected to, the piping system, for each AST.Service Coordination:The recirculation, filtering and treatment will be scheduled, and coordinated with the Operations Foreman at the Boiler Plant (Building 4). The services will be done, Monday through Friday, during regular business hours.These services will be cyclical and placed on a preventative maintenance schedule.All services will be done during the same servicing cycle.At time of service, there will be no set amount of fuel in tanks; fill will be whatever level the tanks are on that day.Fuel oil quality analysis will be for verification purposes (post-cleaning).Fuel oil will be tested for black algae and treated accordingly.AST Inventory:Three (3) 30,000-gallon, #2 fuel oil, AST’s.One (1) 6,000-gallon, #2 fuel oil, AST.One (1) 400-gallon, #2 fuel oil tanks AST (for maintenance vehicles).One (1) 400-gallon, Gasoline AST (for maintenance vehicles).One (1) 3000-gallon, E85 AST (for government vehicles).Ten (10) integral emergency electrical diesel generator fuel oil tanks of varying sizes as listed below:Generator 26A has a 500-gallon, remote AST.Generator 26B has a 680-gallon Belly Tank.Generator 26C has a remote 2,000-gallon Belly Tank.Generator 28A has an 1,850-gallon Belly Tank.Generator 2 has a 194-gallon Belly Tank.Generator 28 has a remote 6,000-gallon remote AST.Generator 19 has a 600-gallon Belly Tank.25KW, Trailer-mount, has a 100-gallon Belly Tank300 KW, Trailer-mount, has a 129-gallon Belly Tank600 KW, Trailer-mount, has a 129 -gallon Belly Tank.2.  Reports/Documentation:The Contractor must submit the format for the required reports, within 21 calendar days of contract award and/or before any contracted services are performed.Within 14 calendar days of completion of the requested services, the Contractor will:Provide a report, in an MS Word, or other similar electronic format, to the Contracting Officer Representative (COR). This report shall include all tasks and inspections performed for each AST. The document shall identify all AST’s and the locations of each AST. Any deficiencies observed during service, testing and inspections will be listed and grouped per tank.Will submit a master list of all deficiencies observed for each AST during the inspections and testing. The list will include all deficiencies found and the contractor’s recommendation to correct the deficiencies.Provide a proposal to repair and/or replace, the deficiencies to the COR. The COR will then perform a technical review of the contractor’s proposal and provide recommendations to the Contracting Officer.Within 14 calendar days of the completion of all necessary repairs, the contractor will:Provide a report, in an MS Word, or other similar electronic format, to the COR. The report shall list each deficiency and the task(s) completed to repair and/or replace, the deficiency. The last page of the report will have the certification that all deficiencies, identified during the inspections, were repaired per industry standards.For all hazardous waste that may be generated (e.g. filter disposal, oily water disposal, etc.) and requires Hazardous waste disposal, a copy of the disposal manifest, must be provided to the COR.3. Site Visit:There will be one scheduled site visit to tour the fuel oil storage tanks on the campus.4. Identification:The contractor’s field service employee shall always wear visible identification while on the premises of the VA Medical Center. Smoking is prohibited inside of buildings. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search.5. Vehicles:Contractor vehicle will be parked in the parking lot that is authorized for contractor parking. Contractor vehicles shall not be parked in the lots designated for patients and employees. All vehicles will be locked while unattended, and the keys removed while performing service on the Medical Center’s property. The VA Medical Center will not invalidate or make reimbursement for parking violations of the Contractor for any conditions.6. Safety Requirements:In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or designee may determine to be reasonably necessary to protect the lives and health of the occupants of any building. The Contracting Officer or designee will notify the contractor of any noncompliance with the foregoing provisions and action to be taken.7. Place of Performance:The work to be performed under this contract is at the Kansas City VAMC, 4801 E. Linwood Blvd, Kansas City, MO 64128.8. Period of Performance: Base year plus 4 Option Years

Kansas City VA Medical Center  ,
  64128  USALocation

Place Of Performance : Kansas City VA Medical Center

Country : United StatesState : MissouriCity : Kansas City

Classification

naicsCode 541330Engineering Services
pscCode H191Quality Control Services: Fuels, Lubricants, Oils, and Waxes