H999--Fuel Tank Testing Service - Fargo VAMC Underground & Aboveground Fuel Storage Tank Inspections Annual Inspection/Maintenance/Testing/Repair

expired opportunity(Expired)
From: Federal Government(Federal)
36C26321Q0610

Basic Details

started - 03 Jun, 2021 (about 2 years ago)

Start Date

03 Jun, 2021 (about 2 years ago)
due - 10 Jun, 2021 (about 2 years ago)

Due Date

10 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C26321Q0610

Identifier

36C26321Q0610
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103372)VETERANS AFFAIRS, DEPARTMENT OF (103372)NETWORK CONTRACT OFFICE 23 (36C263) (3958)
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.

No phone calls please. Please send any responses by e-mail only. As this is a Sources Sought Notice for market research purposes, the Government will not accept any technical questions at this time. This is a Sources Sought Notice to determine small business sources capable of providing Fuel Tank Testing and Inspection services per this notice under NAICS 562998 (All Other Miscellaneous Waste Management Services). Small business size standard is $8 million. Product Service Code (PSC) is H999 (Other Quality Control, Testing, and Inspection Miscellaneous) BACKGROUND: THIS IS A SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This notice is issued solely for informational, market research, and planning purposes only. It does not constitute a solicitation or a promise to issue a solicitation in the future. This notice does not commit the Federal Government to contract for any service at this time. Further, the U.S.
Department of Veterans Affairs, Network Contracting Office (NCO) 23/Services Branch, Black Hills, SD, is not at this time seeking offers, and will not accept unsolicited offers. Respondents are advised that the Federal Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party s expense. Responses to this notice are not offers and cannot be accepted by the Federal Government to form a binding contract. Although the term offeror is used in this notice, your respective organization s response will be treated as information only and shall not be used as an offer. OBJECTIVE: The objective of this notice is to conduct market research to determine if there are Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) sources capable of providing Fuel Tank Testing and Inspection services for the Fargo VA Health Care System. DESCRIPTION OF SERVICE: The Fargo VA Health Care System requires Fuel Tank Testing and Inspection services for the Fargo VA campus. The contractor shall provide all materials, labor, and equipment required to inspect tanks, sample and test fuel from all underground and aboveground fuel storage tanks per minimum of EC.02.05.07-EP8, the JC standards on fuel testing states the following: At least annually, the hospital tests the fuel quality to ASTM standards. The Contractor shall ensure that compliance, leak detection, new installations, upgrades and tank closures, all faucets of fuel storage are completed in accordance with North Dakota's Storage Tank Rules in accordance to NFPA 110, Joint Commission standards and any other applicable departments and laws. The Contractor will be responsible for maintenance, test, repair proposals to maintain dependable operation of the equipment. The Contractor shall inspect and service in accordance with the manufacturer s recommendations, prevailing industry standards and local, state, national, and international (where applicable) codes. PLACE OF PERFORMANCE: Fargo VA Health Care System 2101 N Elm Street Fargo, ND 58102 POTENTIAL SCOPE OF WORK: The contractor shall provide all materials, labor, and equipment required to inspect tanks, sample and test fuel from all underground and aboveground fuel storage tanks per minimum of EC.02.05.07-EP8, the JC standards on fuel testing states the following: At least annually, the hospital tests the fuel quality to ASTM standards. The Contractor shall ensure that compliance, leak detection, new installations, upgrades and tank closures, all faucets of fuel storage are completed in accordance with North Dakota's Storage Tank Rules in accordance to NFPA 110, Joint Commission standards and any other applicable departments and laws. The Contractor will be responsible for maintenance, test, repair proposals to maintain dependable operation of the equipment. The Contractor shall inspect and service in accordance with the manufacturer s recommendations, prevailing industry standards and local, state, national, and international (where applicable) codes. For Maintenance, inspection, and testing, the Contractor is responsible for ensuring all current Joint Commission, NPFA and any other applicable standards are met. The standards may change yearly. The Contractor shall keep update on all standards and document as needed. LOCATION: FARGO VA HEALTH CARE SYSTEM, 2101 ELM STREET, FARGO, ND 58102 Acronyms found throughout this document VA = Veterans Administration JC = Joint Commission NFPA = National Fire Protection Agency CO = Contracting Officer COR = Contracting Officer Representative POP = Period of Performance ASTM = American Society for Testing and Materials EPA = Environmental Protection Agency OEM = Original Equipment Manufacturer tank UST = Underground Storage Tank AST = Aboveground Storage Tank OSHA = Occupational Safety and Health Administration EC = Environment of Care Standards PERFORMANCE PERIOD The Period of performance (POP) shall extend 12 months from the date of award date for base period, with two (2), twelve (12) month option periods. Any routine work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contacting Officer (CO). The CO shall direct emergency services. If needed, the CO may direct the Contractor to work after normal work hours including holidays and weekends. Contractor is required to provide at least a 48-hour notice prior to arrival for scheduled maintenance. Any work required after hours of 7:30 AM to 4:00 PM Monday thru Friday, weekends, and/or Holidays must be approved by the COR prior to scheduling. Period of Performance This will be a single award Firm Fixed Priced Contract for overall period of performance of 7/1/2021 to 6/30/24. There will be one (1) base year and up to two (2) option years for this contract: Year Period Begins Period Ends Base Year 07-01-2021 6-30-2022 Option Year 1 07-01-2022 6-30-2023 Option Year 2 7-01-2023 6-30-2024 The Federal Holidays as follows: New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11th Thanksgiving Day 4th Thursday in November Christmas Day December 25th Also included would be any other day specifically declared by the President of the United States to be a National Holiday. When a holiday falls on a Sunday, the following Monday shall be observed as a legal holiday by U.S. Government agencies. When a holiday falls on a Saturday, the preceding Friday shall be observed as a legal holiday. SITE VISIT Offerors or quoters are urged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The contractor is encouraged to conduct a thorough investigation of the site prior to beginning work and report any preexisting conditions to the COR prior to beginning work. FUEL SAMPLE AND TESTING The contractor shall test fuels to the definitions and standards  tests for fuel quality to ASTM (American Society for Testing and Materials) standard (Joint Commission) according to NFPA 110 at a minimum of every 12 months. All samples will be pulled using ASTM recommended methods. The facility will provide access to contractor to all units for sampling. A detailed written report shall be submitted for each fuel tank noting results of the fuel testing and recommended solutions.  Service reports must be signed by both service provider and COR at completion of work. An electronic version of same shall be sent to the COR. The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions of any federal, state, local, or VA Safety Requirements and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the Contractor. Any additional services performed that are not authorized by the Contracting Officer will be considered inclusive. The contractor shall provide all services in accordance and compliant with the latest standards, rules, regulations, and laws, including but not limited to Joint Commission (JC) standard EC.02.05.07 EP 8, National Fire Protection Association (NFPA) 110-2010:8.3.8, and ASTM. The Contractor shall supply all Safety Data sheets for any chemicals used on site. Contractor shall be responsible for any hazardous waste disposal, environmental fees, and hauling permits. The Contractor shall notify the Contracting Officer of the existence or development of any defects in, or repairs to the equipment covered under this contract which the Contractor considers they are not responsible for under the terms of the contract (such as operator misuse). Sampling Location: The contractor will collect fuel samples from underground and above ground storage tanks analyze them by a certified laboratory as part of annual fuel testing. Aboveground Petroleum Storage Tank Number Capacity (gallons) Contents Container Material Tank Location Secondary Containment Day Tank #1 200 #2 Diesel Steel Building 10 (Boiler Plant) Double-walled steel Day Tank #2 100 #2 Diesel Steel Building 11 (Maintenance Garage) Double-walled steel Day Tank #3 75 #2 Diesel Steel Main Hospital, near North Loading Dock Double-walled steel Day Tank #4 150 #1 Diesel Steel Main Hospital, Basement, Room BA-01B Double-walled steel Day Tank #5 200 #2 Diesel Steel Main Hospital, Basement, Room BA-07A Double-walled steel Underground Petroleum Storage Tank Number Capacity (gallons) Contents Container Material Tank Location Secondary Containment 1 20,000 #2 Diesel Steel East side of Building 10 (Boiler Plant) Double-walled steel 2 20,000 #2 Diesel Steel East side of Building 10 (Boiler Plant) Double-walled steel 3 20,000 #2 Diesel Steel East side of Building 10 (Boiler Plant) Double-walled steel 4 4,000 #1 Diesel Steel South side of Building 10 (Boiler Plant) Double-walled steel 6 1,000 #2 Diesel Fiberglass West of Building 11 (Maintenance Garage) Double-walled 8 4,000 #2 Diesel Steel NE corner of Main Hospital near the North loading dock Double-walled steel 9 4,000 #2 Diesel Fiberglass South side of Main Hospital Double-walled 10 4,000 #2 Diesel Fiberglass South side of Main Hospital Double-walled Reporting Requirements The contractor will submit a complete report with laboratory analysis results to the facility within 30 calendar days from the day of sampling. Each complete report will include the following items at a minimum: Cover letter: A short description on sampling procedure(s), company name, date of sampling, sampler name, and laboratory name. Laboratory analysis report: The report shows the results and applicable threshold for each parameter shown above. Copy of chain of custody. Copies of sampler and laboratory credentials. Miscellaneous: The contractor does not need access to VA sensitive information or VA IT system to perform the job described above. The following is a list of required compliance inspections for underground storage tank UST (Underground Storage Tank) and AST (Aboveground) systems that need to be completed at given intervals. TANK & SUMP INSPECTION Types of sumps associated with the Fargo VA UST system may include turbine sumps, dispenser sumps, transitional sumps and spill bucket. Times Defined Annually Every Year Once a Year Annual is defined as every twelve (12) months, prior 30 days from the month of the last test. For example, within 30 days prior to the month/date of the last test (but not 30 days after). This is a per device requirement; meaning each device must individually meet this time frame. Triennially Once Every 3 Years Every 36 months Triennial is defined as every thirty-six (36) months, prior 30 days from the month of the last test. For example, within 30 days prior to the month/date of the last test (but not 30 days after). This is a per device requirement; meaning each device must individually meet this time frame. The following fuel testing shall be performed Every Year Annually Microbial Analysis ASTM D6469 Water & Sediment ASTM D2709 Visual Appearance ASTM D4176 Iso Particle Count ASTM D7619 Biodiesel Concentration ASTM D7371 Oxidation Stability ASTM D7545 / ASTM D6468 Sulfur ASTM D5453 Cloud Point ASTM D2500 Pour Point ASTM D97 Every Year - Annually Automatic tank gauge probe functionality test Automatic tank gauge console functionality test Piping sump sensor functionality test Annual walk through inspection Monitoring equipment for the tank interstitial space is tested which includes probes, pressure gauges, vacuum pumps and handheld equipment Minimum inspection points Containment Sumps Visually check the containment sump for damage, leaks to the containment area, and releases to the environment Remove liquid from the containment sump Remove debris Ensure the sump lids are tight, seal correctly and not damaged Check the sump sensors for proper location in the sump Check to ensure the walls of your sump are intact and are not slumping or warping Check to ensure no cracks are present around the areas where components, such as wiring conduit and piping, enter your sumps Check to ensure no new stains are present since your last inspection Check to ensure all areas where electrical wires, conduits and piping enter the sump are sealed. Check for cracked or loose seals around the inner and outer piping walls for tightness Check to ensure the test boots are in good condition, not cracked or torn, and positioned correctly in the sump Keep the results of these inspections for one year. Piping Containment Sump Sumps checked for damage Sump lids are tight, seal correctly and not damaged Sumps are free of dirt and debris Liquid is removed from sumps Sump sensors are in the proper location Piping Sumps: Inspect all visible piping, fittings, and couplings for any signs of leakage. If any water or product is present, remove it and dispose of it properly. Remove any debris from the sumps. Check to ensure the fittings and flexible connectors are not twisted or misaligned and the flexible connectors are not cracked, kinked, etc. Check to ensure other pieces of equipment, including pump head, line leak detector and sensors, are not visibly damaged, severely corroded, etc. Under Dispenser Sumps Sumps checked for damage Sumps are free of dirt and debris Liquid is removed from sumps Sump sensors are in the proper location Dispenser Hoses, Nozzles, and Breakaways: Inspect for loose fittings, deterioration, improper functioning, and signs of leakage Dispenser and Dispenser Sumps: Open each dispenser and inspect all visible piping, fittings, and couplings for any signs of leakage. If any water or product is present, remove it and dispose of it properly. Remove any debris from the sumps. Spill Buckets: Ensure spill buckets are clean, in good condition, and empty of liquid and debris. buckets are in good condition so they will keep water out when the lid is closed. Ensure that when the lids to your spill buckets are in the closed position, they create a good seal and are secured tightly. Some spill buckets contain a rubber gasket inside the cover; check to ensure Check to ensure the lid is not touching the fill cap Overfill Alarm: Inspect for proper operation Fill and Monitoring Ports: Inspect all fill/monitoring ports and other access points to make sure that the covers and caps are secured and tightly sealed Every Three Years - Triennially Spill bucket Sump Integrity test Overfill equipment functionality test Tank Cathodic Protection Test Pipe Line Cathodic Protection Test Spill Bucket Sump Integrity Test Hydro Testing - Minimum inspection points Spill Bucket and Sump Integrity Testing An integrity test must be performed on the spill bucket and any sumps associated with a piping system that uses interstitial monitoring as a method of leak detection such as a turbine sump, UDC sump or transitional sump. Check the sump to tightness If the sump is repaired, it must be retested within 30 days. North Dakota UST rules require two types of release detection on pressurized piping: A mechanism or method to detect a "large" leak at a rate of 3 gallons per hour; and A mechanism or method to detect a "small" leak at a rate of 0.2 gallon per hour monthly or 0.1 gallon per hour yearly. Overfill Prevention Equipment Functionality Test- Minimum inspection points Must ensure that overfill prevention equipment is set to activate at the correct level specified and will activate when regulated substances reach that level. There are three types of overfill protection devices: Automatic shutoff devices (also known as drop tube shutoff devices or flapper valves); Overfill alarms; and Ball-float valves (also known as float-vent valves). Ball-float valves can no longer be used on new tank installations. Repair or replacement of existing ball-float valves is prohibited. A faulty ball-float valve must be replaced by an approved method of overfill prevention. Exercise of option years will be made at Government s discretion based on continued need for services, Contractor performance, and availability of funds in a given fiscal year. Base Period Item Number Description Qty Unit Unit Price Amount 0001 Fuel Sampling 13 MO $ $ 0002 Yearly Tank Inspection 13 $ $ 0003 Tank Snake (only if necessary) $ $ 0005* Spill bucket Sump Integrity test 3-5 $ $ 0006 Auto shut off devices testing 8 $ $ 0007 Overfill Prevention Equipment Functionality Test 8 $ $ * This quantity is may vary due to other facility projects. Option Period 1 Item Number Description Qty Unit Unit Price Amount 1001 Fuel Sampling 13 MO $ $ 1002 Yearly Tank Inspection 13 MO $ $ 1003 Tank Snake (only if necessary) EA $ $ Option Period 2 Item Number Description Qty Unit Unit Price Amount 2001 Fuel Sampling 13 MO $ $ 2002 Yearly Tank Inspection 13 MO $ $ 2004 Tank Snake (only if necessary) $ $ 2005 Tank Cathodic Protection Test 5 EA 2006 Pipeline Cathodic Protection Test 5 EA $ $ All testing will be performed by a trained and/or certified technician. Upon completion of each, inspection and/or testing the Contractor will provide the Fargo VA with documentation listing all work performed, defects found and corrected, and any corrective action suggested. All testing will be documented and provided to COR before leaving the testing site. The Contractor shall submit an estimate for a resolving any issues. No work is be performed unless a written authorization is provided to the Contractor from a Contracting Officer in the form of a bi-lateral modification. CONTRACTOR SUPPORT Technical phone support during minimum regular business hours (8 am 5 pm M-F). GENERAL REQUIREMENTS It shall be understood that, throughout performance of the contract, the Contractor s personnel, while on VA property, shall adhere to all requirements and regulations that govern the VA Health Care System and its property. Any person entering the FARGO VA Health Care System shall adhere to the facility COVID compliance requirements. These requirements may change as necessary. Any person not adhering to the requirements will not be allowed to remain on the VA campus. Among all other requirements, the VA Health Care System and its property is now entirely smoke-free. Contractor and their personnel shall always wear visible identification while they are on premises. The VA does not provide parking spaces at the work site; the Contractor must obtain parking at the work site if needed. It is the responsibility of the Contractor to park in the appropriate designated parking areas. The VA shall not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Possession of weapons is prohibited. Contractor shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. PRICING The Contractor shall submit a single fixed price for a base year plus 2 (two) option periods. The award of the option years shall be at the discretion of the government. Pricing to include all routine maintenance costs and labor. All other costs are not approved unless a written authorization is provided to the Contractor from a Contracting Officer in the form of a bi-lateral modification. MISCELLANEOUS The contractor shall comply with OSHA and NFPA safety standards, and VA security requirements as applicable. The work area shall be returned to an acceptable appearance after any work is completed. All disposals of materials are to be off-site. No tools, storage space, etc. will be provided to the contractor by the government. INSPECTION Upon completion of the maintenance or inspection service, the COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. This inspection should ensure that all equipment is returned to full functioning condition No invoices will be processed for payment prior to the completion of COR/POC inspection. SUBMITTAL OF RESPONSES: Responses shall be sent via electronic mail only by 12:00pm Mountain Standard Time (MST), 06-10-2021 to: David A. Raad Contract Specialist E-mail: david.raad@va.gov Offerors shall submit a capability statement indicating their ability and experience to provide the services cited above; such statement shall also list: Name of offeror Address of offeror DUNS Number of offeror Point of contact name, phone number, and e-mail of offeror Whether or not vendor is SDVOSB or VOSB; SDVOSB and VOSB will be verified through Vet Biz at https://www.vip.vetbiz.gov. Whether or not vendor has General Services Administration (GSA) Federal Supply Schedule (FSS) contract; if so, please provide GSA FSS contract number certifications and licensure that its applicable staff holds

Department of Veterans Affairs FARGO VAMC  ,
 ND  58102  USALocation

Place Of Performance : Department of Veterans Affairs FARGO VAMC

Country : United States

You may also like

Underground and Aboveground Storage Tanks Repair and Maintenance

Due: 20 Sep, 2026 (in about 2 years)Agency: Department of General Services

UNDERGROUND FUEL STORAGE TANK ANNUAL INSPECTION AND TESTING SERVICE.

Due: 31 Jul, 2025 (in 15 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Inspection and Testing of Aboveground and Underground Storage Tank Systems

Due: 13 Sep, 2027 (in about 3 years)Agency: Department of General Services

Classification

naicsCode 562998All Other Miscellaneous Waste Management Services
pscCode H999Other Quality Control, Testing and Inspection Services: Miscellaneous