BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Poplar Bluff, Missouri. Contact the soliciting agency for additional information.

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER 1. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 2. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION: Underground Storage Testing Services 3. This is NOT a solicitation announcement. This is an RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 541380. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. 4. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: The Contractor shall provide all labor, personnel, equipment, tools, materials, vehicles, supervision, waste disposal, and other items and services necessary for the testing of the underground storage tanks and associated equipment/piping located at the John J. Pershing VA Medical Center, 1500 N. Westwood Blvd., Poplar Bluff, MO 63901. The services shall be provided in accordance with current federal (United States Environmental Protection Agency (EPA)) and state (Missouri Department of Natural Resources (MDNR)) regulations. 5. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the requirement. If you are interested, and are capable of providing the sought out services, please provide the requested information as well as the information indicated below. Failure to respond to all questions in this sources sought will determine the interested party as non-responsive which may affect a set-aside decision for a resulting solicitation. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: a. Please provide your UEI number. b. Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) c. Is your company considered small under the NAICS code identified under this RFI d. Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above e. If you re an SDVOSB, VOSB or small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way If you do, state how and what is altered; assembled; modified f. If you are identified as a SDVOSB/VOSB or SB, identify how you intend to meet the requirements found in the limitations on subcontracting FAR or VAAR clauses. (providing 51% of the work outlined in section 4 above) g. Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above If so, please provide the contract number(s). h. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described above. 6. Responses to this notice shall be submitted via email to Laura.Ferguson@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, October 23, 2024 at 1630 CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK SUMMARY SCOPE OF WORK: PERFORMANCE PERIOD: The Contractor shall make available the services required under this Statement of Work (SOW) commencing with the effective date of award, unless otherwise directed by the Contract Office (CO) and shall provide the required services until the date of contract expiration. Work at the VA shall not take place on Federal holidays or weekends unless direct by the Contracting Officer's Representative (COR) or CO. The contract shall include a base year and four renewable, non-guaranteed, option years. TANKS TO BE TESTED Tank No. Contents Capacity (Gals) Description 05 Diesel #2 5,000 Boiler House Generator Fuel 11 Diesel #2 20,000 Boiler Fuel Tank - Inboard 12 Diesel #2 20,000 Boiler Fuel Tank - Outboard SERVICES TO BE PROVIDED The following services shall be provided in accordance with MDNR state regulations in 10 Code of State Regulations (CSR) Division 26, https://www.sos.mo.gov/cmsimages/adrules/csr/current/10csr/10c26-2.pdf; NOTE: The testing descriptions are only given as a guide and are not to be relied upon for estimating purposes; the Contractor shall field verify existing conditions. Annual Release Detection Equipment Testing, (~17 devices) (10 CSR 26-2.040). All release detection methods must be capable of detecting the leak rate or quantity specified for the method in 10 CSR 26-2.043, 10 CSR 26-2.044, 10 CSR 26-2.2046, or 10 CSR 26-2.047, as appropriate, with a probability of detection of ninety-five percent (95%) and a probability of false alarm of five percent (5%). All release detection methods and equipment must be conducted and operated in accordance with the applicable National Work Group on Leak Detection Evaluations listing (www.nwglde.org), unless otherwise approved by MDNR. Release detection testing also includes annual tank and piping tightness testing when required. Triennial Containment Sump Testing, (11 sumps) Containments sumps (including transitional sumps) must be tested using the manufacturer s protocol OR the National Work Group on Leak Detection Evaluation certified method (www.nwglde.org) OR the Petroleum Equipment Institute s Recommended Practice (PEI RP) 1200-12, Recommended Practices for the Testing and Verification of Spill, Overfill, Leak Detection and Secondary Containment Equipment at UST Facilities. The test is to ensure the equipment is liquid tight by using vacuum, pressure, or liquid testing (10 CSR 26-2.035). The contractor must dispose of any water generated properly. Triennial Spill Bucket Testing, (3 buckets) Spill buckets must be tested using the manufacturer s protocol OR the National Work Group on Leak Detection Evaluation certified method (www.nwglde.org) OR the Petroleum Equipment Institute s Recommended Practice (PEI RP) 1200-12, Recommended Practices for the Testing and Verification of Spill, Overfill, Leak Detection and Secondary Containment Equipment at UST Facilities. The test is to ensure the equipment is liquid tight by using vacuum, pressure, or liquid testing (10 CSR 26-2.030). The contractor must dispose of any water generated properly. Triennial Overfill Valve Testing (Overfill Prevention Equipment), (3 overfills) This equipment includes, automatic shutoff devices, overfill alarms, and ball float valves. To test/inspect the overfill device, most equipment must be removed from the tank. Check for damage, ensure all parts are moving freely, and functioning properly, and verify that the shutoff is at the appropriate level in the tank. The inspections must be conducted according to a code of practice or manufacturer s instructions. SPECIAL WORK REQUIREMENTS PERSONAL IDENTIFICATION VERIFICATION (PIV): Only the Job Foremen shall be fully PIV registered and shall be completed 45 days after contract award. Except for initiating registration with the PIV Sponsor, personnel conducting business pursuant to this contract shall not enter VA owned or leased property without a current and valid VA issued badge. Personnel may also be subject to inspection of their personal effects, including toolboxes, lockers, vehicle, or any other container, whilst on VA owned or leased property upon request from VA Police. Contractor shall coordinate with COR for PIV badging. QUALITY OF SERVICE: All testing services shall be performed by a trained or certified person in accordance with regulations listed in this contract. TESTING REPORTS: Upon the completion of work, the contractor shall submit a completed report to the COR. The report must indicate the date the work was complete, what test were conducted, the results of the test, and any follow-up actions required. The report must be signed, legible and submitted within 15-days after testing. All contractor laydown areas (equipment, materials, dumpsters, etc.) shall be coordinated with the Medical Center prior to work commencement. IDENTIFICATION: The Contractor s personnel shall wear either a company shirt or hat bearing the company logo. VEHICLES: All Contractor s vehicles will be locked, and keys removed while performing service on the VA property. This is intended to protect the Contractor s property and provide for the safety of the VA Medical Center s personnel. Vehicle(s) shall bear the company logo. 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 make reimbursement for parking violations of the contractor under any conditions. SAFETY REQUIREMENT: Personal Protective Equipment (PPE) shall be worn when work is being performed. RESTRICTIONS: Smoking is prohibited on VA grounds. 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 (Federal) District Court, not a local district state, or municipal court. DAMAGE: The contractor shall take all necessary precautions to prevent damage to any government property. The Contractor shall repair any damage to the premises caused by the Contractor, its employees, or the agents. The Contractor shall hold harmless and indemnify the Government from and against any and all losses or damages resulting from the Contractor s installation, maintenance, service, removal, or operation of the equipment or any other equipment of the Contractor s except loss or damage arising from negligent or intentional act or omission of the Government. The contractor shall report any damages immediately to the COR. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the Contractor with like materials, at no extra cost to the government, upon approval of the CO. SCHEDULE: The Contractor shall submit, 30-days after award, the planned testing schedule. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. Cost incurred by the Contractor through the actions of parities other than the CO, or those specifically delegated to the COR, shall be borne by the Contractor. The Method of Contractor Selection has not been determined at this Time.

Conceptual

Medical

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
26
Active Projects
12
Bidding Soon
270
All Active Projects
150
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

The best commercial construction data available. Period.

Access Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.