Tennessee Bids > Bid Detail

J091--Base Year-Fuel Tank Cleaning/Polishing for Memphis VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159466349329267
Posted Date: May 19, 2023
Due Date: May 26, 2023
Solicitation No: 36C24923Q0339
Source: https://sam.gov/opp/a46e402847...
Follow
J091--Base Year-Fuel Tank Cleaning/Polishing for Memphis VAMC
Active
Contract Opportunity
Notice ID
36C24923Q0339
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 19, 2023 08:58 am CDT
  • Original Response Date: May 26, 2023 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J091 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FUELS, LUBRICANTS, OILS, AND WAXES
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Department of Veteran Affairs Memphis VA Medical Center Memphis , TN 38104-2127
    USA
Description
1
On behalf of the Memphis VA Medical Center, Network Contracting Office (NCO) 9 is issuing this Sources Sought Notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a firm-fixed-priced Replacement Flooring Contract for the Memphis VA Medical Center facility specified offices listed below. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561210, Facilities Support Services.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred.

If your organization has the potential capacity to perform these services, please provide the following information:

Organization name, address, point of contact, email address, web site address, and telephone number.

Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc.

Business type under NAICS 561210, which contains a size standard of $ 47.0 million dollars, Commercial and Government Entity (CAGE) Code and System for Award Management (SAM) Unique Entity ID (UEI) number.

Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability.

Responses to this SSN shall not exceed 4 pages and should include all the foremost mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF).

The government will evaluate market information to ascertain potential market capacity to:

Provide services consistent in scope and scale with those described in this notice and otherwise anticipated.

Implement a successful plan that includes contractor compliance with program standards, quality control, and performance.

Provide services under a firm-fixed-price contract.

NOTE: Respondent claiming SDVOSB and VOSB status shall be registered, and Center for Veterans Enterprise (CVE) verified in VetBiz Registry https://veterans.certify.sba.gov.

Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced.

Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this SSN by 10:00 AM CST, May 26, 2023. All responses under this SSN must be emailed to Alexis.Bowen@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in Federal Acquisition Regulation Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.

Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to perform the work. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation or combined solicitation may be published in Contract Opportunities (formerly Federal Business Opportunities or FBO). However, responses to this notice shall not be considered adequate responses to a solicitation.

Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).

See SOW on the following page.

DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTER
BOILER PLANT
STATEMENT OF WORK

PART 1 GENERAL
INTRODUCTION This is a base year + 4 option year requirement for the Fuel Oil Polishing of the Diesel Fuel in the Underground Storage Tanks

BACKGROUND NFPA 110 (A.8.3.7) & Joint Commission require that all Underground Storage Tanks (UST s) be inspected & fuel stored in tanks be sampled, cleaned/polished and tested annually IAW ASTM D975. In addition, NFPA 110 A.7.9.1.2 states to have provisions for water drainage on a regular basis since the presence of water can lead to microbiological contamination and growth which the annual cleaning accomplishes.
SCOPE OF WORK
Vendor to provide personnel and equipment to remediate diesel fuel in seven (7) underground storage tanks and seven (7) diesel day tanks back to ASTM Standards. This includes the removal waste, water bottoms and fuel polishing (filter fuel). Vendor shall add necessary Stabilizers and Biocides to all tanks to control the growth of microbes.
Tank Capacities are as follows

Tank # Tank ID Tank Capacity
Tank 1 #12 15,000 gallons
Tank 2 #13 15,000 gallons
Tank 3 #8 10,000 Gallons
Tank 4 #9 20,000 gallons
Tank 5 #10 20,000 gallons
Tank 6 #11 5,000 gallons
Tank 7 #14 4,000 gallons

Vendor will also provide seven (7) ASTM Diesel Fuel Tests, fuel testing will be to the following standards

ASTM D93 (Flash Point)
ASTM D5453 (Water and Sediment)
ASTM Microbial Growth Culture Medium
ASTM 1298 (API Gravity)
ASTM D43176 (Appearance)
ASTM D130 (Copper Strip Corrosion)
DFA1 (Usability Index)

The Vendor will hold site specific safety meetings at the beginning of each day outlining the requirements for proposed daily Scope of work

This is a Firm/Fixed Priced Contract, given any major unforeseen circumstances or as found conditions that are not as stated by the COR, all services and waste removal shall be built into the contract.

STATEMENT OF WORK SUPPORTING INFORMATION

This contract involves no VA Sensitive Information.

PLACE OF PERFORMANCE- VAMC 1030 Jefferson Ave. Memphis, TN 38104

PERIOD OF PERFORMANCE To be determined based on scheduling but services are expected to be completed by December 15th of each year, additionally once started, the services shall be uninterrupted for as many days as it takes during the work hours listed below

WORK HOURS - All testing shall be performed during the normal business hours of 0730 1600, Monday thru Friday with the exception of Federal Holidays

U.S. LEGAL HOLIDAYS: The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday, if the holiday falls on a Sunday, the following Monday is observed as the holiday.

New Year s Day
Martin Luther King s Birthday
President s Day
Memorial Day
Juneteenth National Independence Day
Independence Day
Labor Day
Columbus Day
Veterans Day
Thanksgiving Day
Christmas Day

FINAL INSPECTION AND ACCEPTANCE:

When the contractor has completed all the work, they shall notify the VA COR for a final inspection.
REPORTING REQUIREMENTS SERIVCES BEYOND THE CONTRACT

The Contractor shall immediately, but not later than twenty-four (24) hours after discovery of any potential failures notify the CO and the COR, in writing of the existence or the development of any defects in, or repairs required to the schedule of equipment which the Contractor considers not to be responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 19, 2023 08:58 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >