The RFP Database
New business relationships start here

Fuel Oil Storage Tank Repairs


New York, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

36C24219R0128
FUEL OIL STORAGE TANK REPAIRS
Page 4 of 4
PRE-SOLICITATION NOTICE
This is a Pre-Solicitation Notice for the following procurement to Repair the Automatic Gauging Manholes and Remote Fill for our underground 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 on or around Wednesday, June 12, 2019. 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 or around Wednesday, June 26, 2019. Proposals must be emailed directly to the Contracting Officer, Patricia Cordero, at patricia.cordero@va.gov. A mandatory site visit will be conducted, with the date/time provided in the official RFP. Below is a detailed Scope of Work required for this project:
Background

Engineering Service (138) is committed and proudly serves the VA, James J. Peters campus in Bronx, NY, providing the best possible environment for health care to veterans and the highest standards of service to customers. We do this by improving and maintaining our physical structures and by providing the equipment, supplies, testing and preventive maintenance necessary to support excellence in health care.
The James J. Peters VA Medical Center is requesting to Repair the Automatic Gauging Manholes and Remote Fill on Fuel Oil Tanks 1 through 5
The procurement described herein is required to achieve the objectives as follows:

Objectives
To repair the Automatic Gauging Manholes and Remote Fills on Fuel Oil Tanks 1 through 5


Place of Performance Department of Veterans Affairs
James J Peters VA Medical Center 130 West Kingsbridge Rd.
Bronx NY 10468

Project Points of Contact
Richard Beutel | COR, Maintenance Controller Richard.Beutel@va.gov
Phone 718 584-9000 Ext. 6609





Scope of Work

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.
Supply and install a new surface manhole to access the tank manway and remote fill connection. 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.
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.
Supply and install a new surface manhole to access the tank manway and remote fill connection. 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.
Integrity Testing of Tanks 001-005 will be performed after all the repairs are made. The testing is to be done in accordance to 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. Contractor must ensure that vehicle access to the entrance of the nearby Emergency Room is maintained at all times. Contractor must caution off all work areas that are not backfilled at the end of each day, provide jersey barrier/barricades, temporary road plates, etc to ensure adequate safety measures.

Period of Performance

The period of performance is 30 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 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.


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 equipment to be performed.
The contractor shall document all maintenance and provide said documentation to the COR upon completion of the service action.

Note: This Pre-Solicitation Notice serves as notification of a future solicitation. Interested contractors are not required to respond to this notice.

Patricia Cordero
Contract Specialist
Email: Patricia.Cordero@va.gov

Patricia.Cordero@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP