Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2014 FBO #4652
DOCUMENT

H -- UST AND AST TESTING AND INSPECTION OF FUEL STRG TANKS - Attachment

Notice Date
8/18/2014
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;VA Caribbean Healthcare System;Administrative Building;#10 Calle Casia Suite #4M440;San Juan PR 00921-3201
 
ZIP Code
00921-3201
 
Solicitation Number
VA24814I1749
 
Response Due
8/23/2014
 
Archive Date
8/28/2014
 
Point of Contact
Mary Jane Gugliano
 
E-Mail Address
IBBEAN
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No solicitation package is available at this time. Consequently, this notice shall not be considered a request for proposal, invitation for bids or in any way an obligation on the part of the Government to acquire products or services. The purpose of this Sources Sought Notice is to conduct market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. Your response to this notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government as a result of contractor submission of responses to this notice, or the Government use of any information provided shall arise. If a solicitation is later released the same will be announced/posted in the official Government Point of Entry (GPE) with sufficient time for all interested parties to respond accordingly. It is the potential business concerns responsibility to monitor this site frequently for the release of any solicitation. Interested parties shall respond to such solicitation in order to be considered for award. This Sources Sought Notice is open to large and small businesses and all socio-economic categories. Competition and set-aside procedures will be based on the results of this market research. ALL PROSPECTIVE OFFERORS SHALL RESPOND TO THIS SYNOPSIS VIA E-MAIL NO LATER THAN 23rd of August 2014 @ 1:00 P.M. LOCAL PUERTO RICO TIME. TELEPHONE REQUESTS FOR SOLICITATIONS WILL NOT BE ACCEPTED. The applicable NAICS code is 541380 Testing Laboratories, with a small business size standard of $15.0 Million in annual revenue. Information provided in response to this notice will assist the VA Caribbean Healthcare System to determine the acquisition strategy, including but not limited to: (a)Requirements definition and determination of commercial availability (b) Socio-economic set-aside decisions; (c) Potential use of existing government-wide contract vehicles; THE PWS FOR THIS REQUIREMENT IS ATTACHED TO THIS ANNOUNCEMENT FOR INFORMATIONAL PURPOSES ONLY. THE PWS ATTACHED HERETO IS NOT FINAL. RESPONSE CONTENT AND FORMAT Your capability statement should demonstrate a firm understanding of the requirements, addressing the following: (a) The Government is not interested in marketing responses and such generic documents will not be considered by the Department. Only responses meeting these specific instructions shall be included in the Department's market research analysis. (b) Failure to comply with any of these instructions may result in removal of the response from the Department's market research analysis. The Department is under no obligation to request clarification or additional information not provided in the initial response. (c )Responses to this posting shall identify the respondent company name, Socio-economic group (i.e. large, small, 8a, veteran owned small business, service disabled veteran owned small business, etc.), summary of their company's capabilities, including organization name, address, personnel, and past experience; and a point of contact; telephone number, facsimile number, e-mail address, business size, DUNs number, and Cage Code. (d) All responses must be submitted in Adobe.pdf document. The response content, shall not exceed 10 pages, with a font size no smaller than 10 point Times New Roman or similar. Responses to the Sources Sought are required to be provided by e-mail to Ms. Mary Jane Gugliano at e-mail address: mary.gugliano@va.gov. SEE BELOW PWS FOR THIS REQUIREMENT TO THIS ANNOUNCEMENT. THIS IS FOR INFORMATIONAL PURPOSES ONLY. THE PWS HERETO IS NOT FINAL. 1.0GENERAL: This Performance Work Statement (PWS) sets forth the contract performance requirements for the inspections and testing of Government owned/Government-operated fuel storage tank system. The fuel storage tank system comprises of aboveground storage tanks, underground storage tanks and associated fuel supply piping system at VA Caribbean Healthcare System (VACHS) facilities in San Juan Medical Center, Ponce Out Patient Clinic (POPC) and Mayaguez Out Patient Clinic (MOPC). The fuel storage and distribution systems provide diesel, gasoline and ethanol fuel to 24 hours per day, seven day per week, 365 days per year basis facilities operations such as steam generation plants, government vehicle fleet fuel station and emergency standby power. 2.0SCOPE: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, management services necessary to perform inspections and testing to Aboveground Storage Tank (ASTs) and Underground Storage Tanks (USTs) as required in this Performance Work Statement. The contractor shall perform to the standards in this contract. The Contractor shall abide by all laws, rules and regulations applicable to fuel storage tanks operations. All services must comply with the Performance Work Statement (PWS) and all applicable federal, Puerto Rico laws and regulations. 3.0BACKGROUND: The VACHS is committed to the protection of the environment and compliance with all applicable environmental protection laws. The VACHS facilities have a Storage Tank management program in place to address structural concerns, monitoring,record-keeping requirements and regulations, procedures and organizational mechanisms designed to prevent or limit accidental release of petroleum, oil and lubricants (POL) to surface water, groundwater, or soils. 4.0 OBJECTIVES: General performance objectives includes but are not limited to: "Ensure functionality and operability of the fuel storage and distribution system at VACHS facilities. "Be in full compliance with inspections, testing and UST and AST operations as required by the US Environmental Protection Agency (USEPA) and Puerto Rico Environmental Quality Board (PREQB) Storage Tank Regulations and Spill Prevention Control and Countermeasures Rules and Regulations. "Protect the natural resources and environment while maintaining mission essential facilities operations such as emergency generators, steam generator plants, and vehicle fleet activities. 5.0DESCRIPTION OF SERVICES. The Contractor shall provide all labor, equipment, transportation, tools, supervision, and other items and services necessary to provide inspection, cleaning, testing, calibration, maintenance and repair of underground storage tanks (USTs) with auxiliary equipment and systems in VA Caribbean Healthcare System facilities. The Contractor shall provide the activities necessary to ensure nine (9) USTs and twenty-four (24) ASTs at VACHS are in compliance with UST regulations and AST regulations. These activities include performing the required tests, inspections, maintenance and repairs (if needed) to insure UST/AST compliance. The VACHS USTs tank capacity ranges from 14,500 gallons to 30,000 gallons; and from 225 gallons to 10,000 gallons for ASTs. 5.1 BASIC SERVICES 5.1.1 The contractor shall provide basic services to ASTs/USTs and auxiliary equipment/systems in order to maintain them in a functional, capable, safe, efficient and economical condition. Required USTs, ASTs and auxiliary equipment/systems under this contract are listed in Technical Exhibit 1. The contractor shall conduct preliminary studies of AST/USTs and auxiliary equipment under this contract. The contractor shall provide the recognized industry standard maintenance procedures. The following work tasks are requirements to be performed under this PWS. 5.1.2. Corrosion Protection System Inspection/Testing Requirements. The contractor shall conduct tests to USTs and associated piping system at San Juan and ASTs Tanks and piping system at Ponce and Mayaguez that are under cathodic protection and/or isolation by coating/painting to determine whether the protection is adequate. The corrosion protection system must be certified by competent authority and/or a corrosion expert. The Contractor shall be responsible for ensuring that all equipment is properly calibrated prior to beginning a test. Any test equipment not properly calibrated shall be replaced with calibrated equipment prior to performing any test. The Contractor shall validate the test data and report certified results to the COR. 5.1.2.1 Competent Authority and/or Corrosion Expert. Corrosion expert means a person who, by reason of thorough knowledge of the physical sciences and the principles of engineering and mathematics acquired by a professional education and related practical experience, is qualified to engage in the practice of corrosion control on buried or submerged metal piping systems and metal tanks. Such technician must be accredited or certified by National Association of Corrosion Engineers (NACE) or a competent the industry standard authorities. Corrosion Experts shall possess appropriate certification or licensing that includes education and experience in corrosion control of buried or submerged metal piping systems and metal tanks. 5.1.2.3 Pressurized Tests: The Contractor shall perform annual Line Lightness Tests (LTT) and annual Precision Tank Tightness tests (TTT) (volumetric tests, ullage tests pressurized Tightness Tests) to the Fuel Storage System units. listed. The Contractor shall be responsible for ensuring that all equipment is properly calibrated prior to beginning a test. Any test equipment not properly calibrated shall be replaced with calibrated equipment prior to performing any test. The Contractor shall validate the test data and report certified results to the COR. "Aboveground Storage Tank (AST) Tank Tightness Tests (TTT) San Juan, Ponce and Mayaguez "Aboveground Storage Tank (AST) Line Tightness Tests (LTT) San Juan, Ponce and Mayaguez "Underground Storage Tank (UST) Tank Tightness Tests (TTT) San Juan "Underground Storage Tank (UST) Line Tightness Tests (LTT) San Juan 5.2Inspection and Testing. USTs, ASTs and their auxiliary equipment/systems shall be inspected on a monthly basis in accordance with the manufacturer's recommendations/instructions, and recognized industry standards. 5.3 Monthly Inspection: The Contractor shall conduct monthly inspections to all UST and ASTs, including the tanks and associated piping to insure proper functionally of equipment. The contractor shall perform recurring, systematic and periodic maintenance as required to preserve USTs and auxiliary equipment. This maintenance is to ensure safe and economical performance. 5.4 Tank Inspection/Cleaning Requirements. The contractor shall clean and inspect all USTs under this contract, to include associated fuel connecting pipes and filters/separators/strainers in accordance with accepted commercial practices. This service shall be provided as necessary. After completing cleaning of each tank, a visual inspection shall be conducted jointly with the contractor and the COR. If any deficiencies are found during the inspection, the contractor shall correct them and conduct re-inspection at no additional charge to the Government. After acceptance of tank cleaning by the Government, the contractor shall pump all usable gasoline or diesel fuel oil back into the tank. A commercial standard pressure test of the system shall be performed and written certification of the results will be furnished to the government. 5.5 REPORTS 5.5.1 Task Coordination and Task Performance Report. The contractor shall visit the COR's office after 7:00 am on each scheduled performance day in order to confirm the performance schedule between the COR and the contractor. The contractor shall provide performance reports and submit them to the COR by email or fax after completion of each tasks. Performance report shall include the following information at a minimum: (1)Installation name (2)Tank number (3)Date and time work performed (4)Licensed technician performed the service (5)Description and method of service performed (6)Inspection, testing, calibration and/or maintenance data (7)Conditions of serviced equipment and/or systems (8)Signature of Contractor Representative 5.5.2 Deficiency Report. When any deficiencies are identified on ASTs/USTs and/or auxiliary equipment and systems under this contract, the contractor shall inform the CORs immediately via verbal or written notification email or fax. The contractor shall submit the deficiency report to the COR within five (5) days. The deficiency report shall include at a minimum the following information: (1)Installation name (2)Tank number and equipment/system name (3)Date of failure (4)Description of failure (picture, drawings, etc.) (5)Justification (if repair is not accomplished) (6) Description of repair work (drawings, pictures, etc.) (7)Material list (description of article, quantity, catalogue-cut, pictures, etc.) for repair (8) Proposed repair schedule (9) Cost estimate (10) Submission date of the report 6.0 RECORDS: The contractor shall be responsible for creating, maintaining government required records that are specifically cited in this PWS. The contractor shall provide the original record or a reproducible copy of any such record within five (5) working days of receipt of the request. 7.0 REGULATORY FRAMEWORK. Puerto Rico Environmental Quality Board Underground Storage Tanks Regulations, and United States Environmental Protection Agency (USEPA) 40 Code of Federal Register (CFR) 280, Underground Storage Tank Regulations are the state and federal compliance requirements for USTs and associated piping that store petroleum and hazardous substances and USEPA 40 CFR 112 for Spill Prevention and Countermeasures Control (SPCC) regulations. The Contractor is responsible for being knowledgeable of and adhering to the following documents, policies, rules and regulations: "Federal Energy Policy Act (EPAct) Requirements, "Underground Storage Tank Federal (40 CFR Part 280) "Puerto Rico Environmental Quality Board (PREQB) UST Regulations, "All related UST policies and manufacturer's instructions. 7.1 The contractor shall perform all applicable U.S. Federal, Puerto Rico laws and regulations and Department of Veterans Affairs (DVA) guidance and apply procedures and protocols as required. All work specified under this program shall be performed in accordance with accepted industry standard, such as, but not limited to, the American National Standards Institute (ANSI), American Petroleum Institute (API), National Fire Protection Agency (NFPA), Petroleum Equipment Institute (PEI), and any standards applicable for this contract. 8.0 SAFETY AND HEALTH STANDARDS. The contractor shall coordinate worksite with applicable personnel to ensure the protection of human health of employees and the environment, the prevention of damage to property, utilities, materials, supplies, and equipment; and the avoidance of work interruptions. For these purposes, the contractor shall comply with OSHA Safety and Health regulations. The contractor shall initiate and maintain programs to comply with the provisions of the Occupational Safety and Health Standards Act (OSHA) concerning handling of potentially hazardous substances as it pertains to fuel storage, flammable and combustible liquids (OSHA §1910.106 standards). 8.1 PUBLIC LAWS AND STATUTES The Contractor shall comply with the issue or version (including all changes and amendments) of federal, state and local environmental statutes and regulations in effect of date of issuance of this delivery order, including, the applicable portions of the documents cited in the basic contract. The contractor shall comply with the issue or version of the instructions, regulations, policies and other documents in effect on the date of issuance of this delivery order, including but not limited to the documents cited herein. 9.0 EMERGENCY SERVICES. The Contractor shall perform emergency response to situations arising from project activities. The Contractor shall perform emergency repairs to facilities, systems, improvements, or utilities damaged in the course of executing the contract requirements. Emergency service calls will be classified as emergency at the discretion of the CO. Generally, emergency calls consist of correcting failures that constitute an immediate danger to personnel; threaten to damage property, or threaten to disrupt activity operations. Urgent service calls will be classified as urgent at the discretion of the CO. Generally, urgent calls consist of providing services or correcting failures which do not immediately threaten personnel, property, or activity missions, but will soon inconvenience and/or affect the health or well-being of personnel, and lead to property damage. Routine service calls will be classified as routine when the work does not qualify as an emergency or urgent call. The contractor shall respond accordingly for emergency and urgent calls. A log shall be maintained of all service calls received; a description of the problem or requested work, date and time received location name and number. The contractor shall plan and schedule work to assure material, labor, and equipment are available to complete work requirements with regard to established time limits and quality standards. Upon notification by the contracting officer through the issuance of a delivery order, the contractor shall perform emergency or special event grounds maintenance required in areas covered under this contract. Upon notification of an emergency, the contract manager shall respond within one (1) hour to meet with the contracting officer and COR and initiate emergency services. Upon receiving direction by the contracting officer, contractor personnel shall begin emergency work within two hours. 10.0 GENERAL INFORMATION 11.1. Contract Manager. The contractor shall provide a contract manager who shall be responsible for the work. The name of this person, and an alternate(s) who shall act for the contractor when the manager is absent, shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all matters relating to this contract. 11.3. Contractor Employees. The contractor is required to provide employees who have at least 3-years of experience in the similar work of this requirement. The contractor personnel shall also possess the following listed certificates/licenses at for the life of the contract: (1)Petroleum Mechanic (2)Inspection/Testing Engineer or Technician for Underground Storage Tanks (3)Electrical License
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SJVAMC672/SJVAMC672/VA24814I1749/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-14-I-1749 VA248-14-I-1749.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1580550&FileName=VA248-14-I-1749-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1580550&FileName=VA248-14-I-1749-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: SAME AS ABOVE
Zip Code: 00921-3201
 
Record
SN03468575-W 20140820/140818234958-366f60eef922d74bd072233f81eca178 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.