Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
DOCUMENT

H -- Underground Storage Tank Sump Integrity Testing - Attachment

Notice Date
11/29/2016
 
Notice Type
Attachment
 
NAICS
213112 — Support Activities for Oil and Gas Operations
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 1;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
VA24117Q0075
 
Response Due
12/7/2016
 
Archive Date
2/5/2017
 
Point of Contact
Tammy Davis
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Veterans Health Administration Sources Sought Notice Underground Storage Tank Sump Integrity Testing This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of the market s offered products, services and capabilities. The Government will not pay any costs for responses submitted in response to this Sources Sought. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products and services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking a vendor to provide the following products and/or services below. Please see the General Requirements section below for the requested products/services and descriptions and the Response Commitment section for the requested submittals. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. GENERAL REQUIREMENTS The Bedford Veterans Affairs Medical Center (VAMC), located in Bedford, Massachusetts, is looking for potential Contractors that have the capability to provide all supervision, personnel, material, parts, equipment, supplies, and labor in order to provide hydrostatic integrity testing of all Bedford VAMC underground storage tank (UST) fill port spill buckets and piping sumps per the Massachusetts Department of Environmental Protection (MA DEP) regulations 310 CMR 80.27 and 80.28. The Contractor shall remove and set aside spill bucket and sump covers. Bedford VAMC GEMS Program and Engineering Services staffs shall remove any moisture or contaminant that may interfere with the accuracy of the hydrostatic testing. The Contractor shall install integrity test water to appropriate level, per referenced regulations, and mark level. Allow test water to stand for at least 1 hour and verify marked levels, per referenced regulations. Upon completion of each hydrostatic test, contractor shall pump out test water, appropriately containerize test water, and dry the sump of any remaining moisture. The Contractor shall remove containerized test water offsite. Any hazardous wastes generated during the hydrostatic testing shall be containerized by the contractor and managed appropriately onsite by the GEMS Program staff. Bedford VAMC Underground Storage Tanks (USTs) UST Description Fill Port Piping Sump UST-D32 (5,000-gal Double-walled FRP Diesel) 1 1 UST-G32 (5,000-gal Double-walled FRP Gasoline) 1 1 UST-D22 (2,000-gal Double-walled Diesel) 1 1 UST-D70 (2,000-gal Double-walled Diesel) 1 1 UST-HO70 (12,000-gal Double-walled FRP #2 Fuel) 1 1 UST-HO05 (25,000-gal Double-walled FRP #2 Fuel) 1 1 UST-HO06 (25,000-gal Double-walled FRP #2 Fuel) 1 1 UST-HO07 (25,000-gal Double-walled FRP #2 Fuel) 1 1 UST-D92 (2,000-gal Double-walled Diesel) 1 1 UST-D93 (2,000-gal Double-walled Diesel) 1 1 UST-D94 (2,000-gal Double-walled Diesel) 1 1 UST-D95 (2,000-gal Double-walled Diesel) 1 1 RESPONSE COMMITMENT Response: All responses should be directed to Tammy.Davis6@va.gov. Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Timeline : This request will close on stated date within the Government Point of Entry (GPE). Requested information: Interested parties shall provide the following information: Format: MS Word or pdf format (please ensure email is under 5 mb) Page limit 5-8 pages (please make the response as brief and concise as possible) Company name and Sources Sought number Proprietary information MUST be marked as such, on a page-by-page basis. Submittal: In your response, please provide the following information based on the requirement. Your company s capability of fulfilling this requirement as it is described. If you provide these services on your FSS Schedule contract, please provide your FSS Schedule contract information. Please also provide name of company, company address, a contact person s name, telephone number, fax number and email address. DUNS number, and indicate if actively registered on System for award management (SAM) Socio-economic Status & NAICS Code: State the size of your company [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]. Notes: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. The Department of Veteran Affairs Contracting Office POC: Tammy Davis Contract Specialist Email: Tammy.Davis6@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/VA24117Q0075/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0075 VA241-17-Q-0075.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132908&FileName=VA241-17-Q-0075-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3132908&FileName=VA241-17-Q-0075-000.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: Bedford VAMC;200 Springs Road;Bedford, MA
Zip Code: 01730
 
Record
SN04337718-W 20161201/161129233901-0720e5a81bff4c6be5da9af67bb0d2c3 (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  © 1994-2020, Loren Data Corp.