SOLICITATION NOTICE
Y -- EMERGENCY UNDERGROUND STORAGE/FUEL STORAGE TANK REPAIRS (This is a re-posting of previously canceled solicitation 36C24219R018
- Notice Date
- 7/17/2019
- Notice Type
- Synopsis
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24219R0166
- Response Due
- 7/26/2019
- Archive Date
- 11/2/2019
- Point of Contact
- patricia.cordero@va.gov
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- PRE-SOLICITATION NOTICE This is an Pre-Solicitation Notice for the following Emergency procurement to Repair the Uunderground Storage/Fuel tanks at the James J. Peters Bronx VAMC, located at 130 W. Kingsbridge Road, Bronx, NY 10468. The RFP Solicitation for this procurement will be posted IMMEDIATELY following this notice.. The construction range is between $25,000-$100, 000.00. The NAICS code classification to be used is 237120, with a Size Standard of $36.5 Million. Proposals will be due on Friday, July 26, 2019. Proposals must be emailed directly to the Contracting Officer, Patricia Cordero, at patricia.cordero@va.gov. A site visit will be conducted on Monday, July 22, 2019 at 10:00AM EST, with meeting location to be provided in the official RFP. Below is a detailed Scope of Work required for this project: REPAIR UNDERGROUND STORAGE TANKS Scope of Work BACKGROUND: The current Underground Storage Tanks are not in compliance with DEC regulations. Contractor to provide all work associated with the below tasks 1 through 4, and make all necessary testing and repairs, in order to bring all tanks in DEC compliance. Contractor to ensure that any areas disturbed/excavated are properly secured at all times, and cautioned off at the end of each work day. Construction fencing, road plates, temporary walkways, signage, and barriers must be utilized in order to ensure pedestrian and vehicle safety. Contractor will ensure that traffic to the Emergency Room entrance is not obstructed, and will coordinate work tasks and utilize road plates, etc. in order to allow sufficient space for Ambulance entry/exit at all times. Contractor will properly clean- up of site daily, and store all excess dirt/debris responsibly, in a VA approved location adjacent to the construction site. TASK 1: Tanks 001-004 (30,000 Gallon Tank Systems) Sawcut and remove existing concrete at Automatic Tank Gauging (ATG) manholes. Concrete and existing manholes shall be removed and disposed of offsite. Concrete materials shall be recycled, and a receipt provided at the completion of project. The ATG riser shall be excavated and removed, the tank top shall be excavated and exposed. The tanks do not need to be pumped and flushed. Fabricate and install a new steel ATG riser, cap and adapter. Reinstall existing ATG probe. The connections are all threaded and no welding is needed. Following testing and confirmation of system integrity, backfill excavated areas with excavated materials. Excavations shall be properly compacted in lifts. All testing will need to be properly documented, recorded as organized data, and provided to Engineering COR for validation and acceptance. Supply and install a new surface manhole to access the tank manway and remote fill connection. New spill control manholes must match existing size and type. The concrete and entire work site shall be completely restored to match the existing surface conditions, and/or original site condition, to the satisfaction of the VA COR. The criteria for the concrete will conform to ACI standards. Replaced manhole must match existing and be of fiberlite material. TASK 2: Tank 005 (30,000 Gallon Tank System) Sawcut and remove existing concrete and access the tanks remote fill connection at the tank top manway. The remote fill connection shall be replaced to allow for testing of the tank and fill line. Following testing and confirmation of system integrity, backfill excavated areas with excavated materials. Excavations shall be properly compacted in lifts. All testing will need to be properly documented, recorded as organized data, and provided to Engineering COR for validation and acceptance. Supply and install a new surface manhole to access the tank manway and remote fill connection. New spill control manholes must match existing size and type. The concrete and entire work site shall be completely restored to match the existing surface conditions, and/or original site condition, to the satisfaction of the VA COR. TASK 3: Tanks No. 006 & 007 (1,000 gallon tank system) Tanks 006 and 007 are currently not in DEC compliance and in need of immediate repairs. Contractor to troubleshoot and repair any existing issues that prevent tanks from being in DEP compliance. Saw cut and remove concrete to excavate and access the entire tank top to verify existing conditions, and make necessary corrections and repairs in order to bring tanks 006 and 007 into DEC compliance. The tank top shall be excavated and cleared to allow access to the tank top connections including vent lines, ATG risers fill risers, manways and other tank connected appurtenances that will require isolation for retesting of the tanks. Connected lines and appurtenances can be evaluated and disconnected from the tank as necessary during testing. This process of elimination will identify any malfunctioning components, and provide possible causes and solutions for testing failure. The contractor will provide a report to identify the cause(s) of tank failure, and perform corrective actions necessary to restore tank system integrity and operation. Supply and install new surface manhole to access the tank manway and remote fill connection. New spill control manholes must match existing size and type. The concrete shall be restored to match the existing conditions. Contractor to repair any disturbed area to original condition, to the satisfaction of the VA COR. Contractors must include a separate line item allowance for the associated repairs that will need to be done in order to bring Tanks 005 and 007 into DEC compliance. The amount of the allowance is $15,000.00 and must be clearly indicated as a separate line item on the proposal. The investigative work associated with this task must be included in the base proposal costs. Contractor must include a detailed breakdown of all task costs, with the additional line item for the added allowance as described above. Compaction testing is required for ALL Tanks as per VA Specification referenced below: 1. Determine maximum density and optimum moisture content for each type of fill, backfill and subgrade material used, in compliance with ASTM D698 and/or ASTM D1557. 2. Make field density tests in accordance with the primary testing method following ASTM D6938 wherever possible. Field density tests utilizing ASTM D1556, or ASTM D2167 shall be utilized on a case by case basis only if there are problems with the validity of the results from the primary method due to specific site field conditions. Should the testing laboratory propose these alternative methods, they should provide satisfactory explanation to the Resident Engineer before the tests are conducted. -*Contractor will be responsible for all compaction testing performed.* Integrity Testing of Tanks 001-007 MUST be performed after all repairs, installations, and corrections are made. The testing is to be done in accordance with the NYS DEC regulations using EZY-3 Locator plus. Contractor must adhere to all OSHA regulations for worker/pedestrian safety, trenching and excavation, and possible confined space. TASK 4: Provide New Automatic Gauging System- Sensor Installation and Console for all tanks 1 through 7: Installation of an automatic tank gauging system (Veeder-Root TLS-450 or Equal) to monitor fuel levels in our underground storage tanks ensuring regulatory compliance, maintain accurate inventory and protect the environment through leak testing capabilities. Contractor to install a new automatic gauging system that provides the following minimum requirements: In-Tank leak detection (0.1 GPH and 0.2 GPH) Electronic line leak detection capabilities Continuous inventory monitoring and reporting Liquid Status Interstitial Sensor Shift inventory Complete inventory reports Programmable alarms Interstitial monitoring Volume and Ullage Upgradeable software options Installation of a new monitoring system to include all sensors, monitor/console, software, electrical connections, all necessary wiring, and conduit to the Utility System Operators (USO) office inside the Boiler Plant. Compaction Testing Requirements: Compaction testing is required for ALL Tanks as per VA Specification 01 45 29, Testing Laboratory Services and Section 32 12 16 Asphalt Paving as referenced below: Contractors must: 1. Determine maximum density and optimum moisture content for each type of fill, backfill and subgrade material used, in compliance with ASTM D698 and/or ASTM D1557. 2. Make field density tests in accordance with the primary testing method following ASTM D6938 wherever possible. Field density tests utilizing ASTM D1556, or ASTM D2167 shall be utilized on a case by case basis only if there are problems with the validity of the results from the primary method due to specific site field conditions. Should the testing laboratory propose these alternative methods, they should provide satisfactory explanation to the Resident Engineer before the tests are conducted. Contractor will be responsible for all compaction testing required. Period of Performance The period of performance is 45 days from Award/Notice to Proceed (NTP). Special Work Requirements The Contractor will communicate with the Contracting Officer s Representative (COR) to schedule the repair visit during regular business hours of 8AM EST through 5PM EST, Monday Friday (excluding holidays). No special security clearance is necessary for this requirement and the Contractor will not be in proximity of any patient Protected Health Information. The contractor will need to acquire an identification badge for each worker and ensure the badge is worn in a visible location on the worker at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police. The VA will not invalidate or reimburse for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VA. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States District Court. Noncontract Charges The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Property Damage The contractor shall take all necessary precautions to prevent damage to any government property and will notify the Contracting Officer immediately if damages occur. The Contracting Officer will authorize the contractor to remedy the situation in one of the following ways: be assessed current replacement costs for damaged property, replace damaged property in a timely manner, or correct the damages with like materials at no additional cost. Documentation All service and testing documentation must contain: Date and time of the contractors' arrival on station Type, model, and serial number(s) of all equipment on which service was performed Total time of performance period, excluding travel time Detailed narrative description of reason for service performed to include reported problem and cause of problem (When applicable) Complete list of parts replaced (When applicable) Date and time equipment were returned to serviceability. All testing and repairs must be completely documented and provided to the Engineering COR at the end of the project, via binder and CD for DEC compliance. Payment Processed upon receipt of a properly prepared invoice, which references the date the service was performed and the assigned purchase order number. The invoice must include the correct payment address. Service Quality All services provided in this contract must meet manufacturers' performance and technical specifications, Federal Regulations, VA Regulations, and meet the requirements of The Joint Commission and Life Safety Code. Contractor personnel performing under this contract will be fully qualified and competent for the work and equipment to be performed. The contractor shall document all maintenance and provide said documentation to the COR upon completion of the service action, as stated in Documentation section above. Note: This Pre-Solicitation Notice serves as notification of a future solicitation. Interested contractors are not required to respond to this notice. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219R0166/listing.html)
- Place of Performance
- Address: James J. Peters DVA Medical Center;130 W. Kingsbridge Road;Bronx, New York
- Zip Code: 10468
- Country: USA
- Zip Code: 10468
- Record
- SN05372344-F 20190719/190717230013 (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 |