Z1DA--542-21-201 | Remove Underground Fuel Storage Tank E-85

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159228944290888
Posted Date: Apr 15, 2024
Due Date: Apr 30, 2024
Solicitation No: 36C24424B0004
Source: Members Only
Follow
Z1DA--542-21-201 | Remove Underground Fuel Storage Tank E-85
Active
Contract Opportunity
Notice ID
36C24424B0004
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 15, 2024 10:13 am EDT
  • Original Response Date: Apr 30, 2024 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Coatesville VA Medical Center 1400 Blackhorse Hill Rd Coatesville , PA
Description
1 of 8

STATEMENT OF WORK FOR
REMOVE UNDERGROUND FUEL STORAGE TANK (E-85) PROJECT NO. 542-21-201
COATESVILLE VA MEDICAL CENTER

DESCRIPTION:

This project includes all necessary work associated for removal of the E-85 Fuel Underground Storage Tank (UST) between Buildings 12 and 13, the connected dispensing unit, as well as all associated appurtenances, and provide for environmental testing of soils to determine if contamination exists, remediate if contamination is determined and restore area to its current physical state. In addition, this project will replace the diesel fuel pump and dispenser located next to Building 12 and associated dispensing access/security system and provide data collection and transmission equipment for the unit. This project will also replace the gasoline dispenser located next to Building 43 and the associated dispensing access/security system and provide data collection and transmission equipment for the unit. The project work shall comply with the Department of Veterans Affairs (VA) requirements, attachments, and all applicable Federal, State, and local codes.

PLACE OF PERFORMANCE:

The Coatesville VA Medical Center (CVAMC) - 1400 Blackhorse Hill Rd, Buildings 12, 13, and 43, Coatesville, PA 19320.

BACKGROUND:

The purpose of this project is to remove the closed 2,500 gallon fiberglass UST and dispenser at Bldg 13, completing permanent closure of the E-85 fuel system per PA DEP requirements, as well as replace two regularly used, antiquated fuel dispensers serving the campus.

SCOPE:

The contractor shall provide all labor, supplies, transportation, and equipment necessary to remove the UST and E-85 system and replace the two other dispensing units and monitoring systems identified in the attached drawings and specifications while adhering to CVAMC safety and health requirements and PA DEP regulations during construction. Contractor must ensure complete working fuel and gasoline systems. Attachment A Drawings, Attachment B Master Construction Specifications, and Attachment C Safety and Health During Construction, are attached for reference. Work will include, but is not limited to:

E-85 System:
The existing E-85 fuel Underground Storage Tank (UST) and dispenser between buildings 12 and 13 will be removed. The existing Veeder Root Automatic Tank Gauge (ATG) will be demolished and removed along with all wiring, conduit, sensors and probes. The existing Gasboy Fuel Monitoring Unit (FMU) and all associated wiring will be demolished. A shoring system and displacement

monitoring program will be used to monitor and protect the adjacent building during the excavation operations. Due to the proximity to buildings 12 and 13, a signed and sealed shoring plan and monitoring system will be submitted by the contractor for review by the engineer. During removal, environmental testing of soils will be conducted according to PA Department of Environmental Protection regulations to determine if contamination exists. Subsequent to the fuel tank removal, additional soil removal required for the purpose of remediating contaminated soils will be inclusive of up to five (5) cubic yards of soil, along with its proper remediation/disposal and the associated soil replacement, additional shoring and additional soil testing as required by the DEP for clearance samples. Additional soil removal/remediation beyond the five (5) cubic yards will be treated as additional cost to the contract requiring funding approval. All affected areas shall be restored to match surrounding conditions.

Diesel System:

The diesel fuel dispenser, associated under-dispenser containment (UDC) sump, aboveground piping and concrete fueling pad will be demolished while preserving the incoming underground piping and conduits. A new UDC sump will be installed with penetration fittings suitable for use with the existing piping and conduits. The UDC will be fitted with a fire extinguisher and impact shear valve. A new Gasboy Atlas 9153K high flow diesel dispenser and high hose retriever will be installed over the UDC and surrounded by an elevated replacement concrete fueling pad. The existing Veeder Root ATG will be demolished and removed along with all wiring, sensors and probes. The ATG console will be replaced with an updated Veeder Root TLS 450 console. All sensors, probes, and wiring will be replaced and installed with the new ATG system. The existing panel and circuit breakers will be reused. The existing Gasboy FMU and all associated wiring will be demolished and replaced with an updated Gasboy Islander Prime FMU. The Islander Prime will be hardwired via CAT 6E cable into a local on or off-network computer for management of system users.

Gasoline System:

The gasoline dispenser, located next to Building 43, will be disconnected downstream of the existing solenoid valve and demolished, leaving the associated mounting platform intact. The dispenser will be replaced in kind with a Gasboy Atlas 9823K tank mounted pump and dispenser. The existing Veeder Root ATG will be demolished and removed along with all wiring, sensors and probes. The ATG console will be replaced with an updated Veeder Root TLS 450 console. All sensors, probes, and wiring will be replaced and installed with the new ATG system. The existing panel and circuit breakers will be reused. The existing Gasboy FMU and all associated wiring will be demolished and replaced with an updated Gasboy Islander Prime FMU. The Islander Prime data will be transmitted to a local on or off-network computer by either:
Secure wireless forecourt access point AND/OR
Hard piped conduit from the gasoline system back to the established computer for management of system users.

Fuel Management System:
The fuel management system provided as a basis for design utilizes Gasboy equipment, the same manufacturer to match the existing systems. Alternate manufacturers are available but all systems provide similar FOB/PID access managed on local computer systems to regulate security and faculty use. Manufacturers include:
Gasboy Islander.

Syntech Fuelmaster.
FuelForce Phasing:
Gasoline and Diesel dispenser replacements will be completed concurrently with E-85 UST removal activities and will require up to a two weeks of construction activities for the gasoline site and three weeks for the diesel site. However, E-85 UST removal activities must not be delayed due to logistical constraints of the dispenser work. The schedule submission for COR approval must include expeditious removal of the UST.

PERFORMANCE REQUIREMENTS:

The contractor shall comply with all performance requirements listed herein, and all work shall be performed in accordance with the attached Drawings (Attachment A), the Construction Specifications (Attachment B), and the CVAMC Safety and Health During Construction (Attachment C) documents.
Construction: The contractor shall provide the following in accordance with attachments A, B, and C:
The removal of the 2500 gal UST (E-85 Fuel), connected dispenser, leak monitoring system, and all associated appurtenances as identified in the drawings and specifications.
The replacement of the gasoline and diesel dispensers, leak monitoring equipment and all associated appurtenances as identified in the drawings and specifications.
Utilize only manufacturer certified installers. Copies of certifications to be provided to the COR prior work commencing.
Valid manufactures warranties on all work performed. Copies of warranties to be provided to the COR prior to final closeout.
Initial MS Projects Schedule for approval and subsequent maintenance of such, outlining entire project duration and construction phasing as identified in the project drawings and specifications.
Schedule of Values for Invoicing with a full breakdown of costs in the proposal to include labor codes for prime contractor employees and subcontractors.
Pre-Field work activities of PADEP permitting and Site Inspection to verify site access, material staging areas, traffic control, verification of UST contents, and arrangement of Utility Location Services, etc.
De-energization of any cathodic protection, alarm systems or other electrical systems associated with the UST before removal activities begin including pumps and other ancillary equipment. The associated shutdown permits completed and sent for COR approval.
Excavation and backfill, inclusive of asphalt and concrete repairs, per Drawings and Specifications minimizing substrate settling and allowing for proper compaction.

UST cavity backfilled with engineered fill or any non-organic soils having a maximum dry density as determined by the Standard Proctor (ASTM D 698) of 90 pounds per cubic foot (pcf) or greater. Construction schedule may dictate utilization of imported granular fill. All fill within the building areas and pavement subgrades will be compacted to not less than 100 percent of the maximum dry density as determined by ASTM D 698 (Standard Proctor).
Roadway major shutdowns must be kept to a minimum period of time, potentially requiring off-hours or overtime work, VA Emergency Services must not be substantially impacted. Specifically, diesel dispenser replacement work must not impede VA Fire Company vehicular ingress/egress during emergency response activities.
Follow VA s policy on construction and waste management. See Contractor Required Reporting below.
Limit of one company marked vehicle parked at the project site. All other vehicles (company and employee POV s) shall be parked in designated parking lots on the north side of Black Horse Hill Road.
All necessary work required to meet the requirements of the contract.

Construction Barrier: The contractor shall provide a safety barrier around the construction site/work area, comprised of fencing, plastic barrier, caution tape and signage. Warning signs and devices shall be placed at regular intervals along the work area perimeter, and establish restricted work zones, support areas and decontamination areas as needed. Area to be secure at all times, accessible by Contractor and COR and VAFD only. All work areas will be secured by minimum 7 foot high fence in all work, staging, and trash areas on the facility grounds. All dumpsters must be covered.

Materials: All materials or items to be supplied by the contractor that are not listed in an attachment must first be submitted to the Contracting Officer Representative (COR) and the Contracting Officer (CO) for approval prior to installation.
Testing and Acceptance: At the completion of all performance requirements, the contractor shall demonstrate for the COR that all newly installed items under this contract are in compliance and functioning properly prior to the Government s final acceptance.
SPECIAL CONTRACTOR PROVISIONS:

Contractor Responsibilities:
The contractor is responsible for field verification of site conditions and drawings prior to performing any work under this contract.

The contractor shall be responsible for locating and marking all utilities in any area affected by the contract. Contractor shall be responsible for any damage to existing utilities caused by the performance of work in this contract at no additional cost to the government. VA and PA One Call do have limited utility information, a private utility location company will be utilized to confirm underground utility locations at no cost to the government. Results, maps, and resultant drawings will be supplied to the government.
The contractor is responsible for protecting building interior, adjacent structures, equipment, vehicles, pedestrians, and vegetation while performing under this contract.

The contractor is responsible for installation of shoring and monitoring systems for protection of adjacent structures as well as Engineered Design and Certification of such systems.

The contractor is responsible for keeping the UST and Aboveground Storage Tank (AST) and all intact lines watertight during demolition and installation per the specifications.

The contractor shall conduct remediation if groundwater has infiltrated the UST since it has been out of service, the contents will need to be removed and disposed of properly.
The contractor shall be responsible for spill containment/response if a release to the environment has been determined as part of removal activities.

The contractor shall be responsible for soil remediation/disposal if tests reveal a release to the environment has occurred prior to removal activities.

The contractor shall be responsible for dewatering if groundwater is encountered during excavation activities, the water will need to be recovered and transported via vacuum tanker truck to a licensed disposal facility.

The contractor shall immediately communicate with COR if contaminated soil is identified. The level of contamination (Extensive versus Localized) will need to be determined to dictate the appropriate response. Impacted soils would need to be properly stockpiled with appropriate erosion controls implemented and handling/disposal pending receipt of soil disposal characterization analytical results.
The contractor shall be responsible for the actions of all individuals provided to work under this contract. If in the event damages arise from work provided by contractor personnel, the contractor shall be responsible for all resources necessary to remedy the incident (including damages to landscaping) at no additional cost to the Government.
The contractor shall adhere to all Occupational Safety and Health Administration (OSHA) regulations, as well as the safety regulations of the CVAMC while performing under this contract; see Attachments B and C: Specifications & Safety and Health During Construction.

The contractor shall be responsible for ensuring that all individuals provided to work under this contract are properly licensed to operate a motor vehicle, if operating a motor vehicle on VA property is required.

Contractor will ensure that all employees pass through the COVID 19 screening directly upon entering the CVAMC campus and follow and COVID-19 procedures that may in place at the time the work is performed.
Security Requirements:

Prior to the commencement of any work under this contract, upon arrival to the CVAMC, contractor personnel shall first check-in with the VA Police (Building 1) to obtain a VA visitor badge.
The contractor employee shall be responsible for safeguarding the badge and immediately report if the badge has been lost, stolen, or destroyed to the VA Police.

Contractor personnel shall properly display their employee identification badge and VA visitor badge at all times while on VA property so that their name, photo, and the company they work for can easily be seen.

Required Contractor Notifications:
Contractor personnel shall inform the COR of the need to gain access to secured areas. If access is required to secured areas, prearranged scheduling will be coordinated between the contractor and the COR.

The contractor shall coordinate all equipment shutdowns (inclusive of de-energization), road lane, sidewalk, loading dock, and building access closures with the COR a minimum of four weeks prior to requested closure date.

If work is required beyond the terms of this contract, the contractor shall provide the Contracting Officer (CO) and the COR with a written cost estimate for any additional work or materials at no cost to the Government. The contractor shall not perform any work or make any purchases beyond the terms of this contract without approval from the CO.

Warranty: All services provided by the contractor, as well as parts replaced shall come with a one (1) year warranty (minimum). All labor, tools, supplies, transportation, and equipment associated with the replacement of warranty items shall be provided by the contractor at no additional cost to the Government.

Interference in Performance Requirements: The following provisions shall be adhered to by contractor personnel throughout the duration of this contract:
The contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility; e.g. utility services, emergency responses, the passage of facility patients/personnel, etc.

In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the Government.
Contractor Required Reporting:

Prior to the completion of all weekly work activities, the contractor shall supply the Contracting Officer and COR, with his/her company s work-documentation (daily logs).
The contractor shall supply the COR with any product literature and maintenance requirements for all items installed under this contract.

The contractor will obtain the Storage Tanks Registration/Permitting Application Form (2630-FM-BECB0159) to amend the facility status, have the form validated by the PADEP certified UST remover and submit the form to the Division of Storage Tanks after the UST system closure is complete, submitting a copy to VA COR. See also section
Cleanup and Disposal item 2) d., below.

Contractor shall follow VA s policy on construction and waste management, providing the COR receipts showing weights for all trash and recycling removed.

Copies of all final forms, warranty paperwork, and equipment manuals will be provided to the COR upon project completion.

G. Cleanup and Disposal:

Housekeeping:

The contractor shall maintain a clean work environment, ensuring the area is free from debris after the completion of any and all services provided under this contract.

Contractor is responsible for site cleanup and removal of all debris.

If the COR finds the area where services were provided to be unacceptable, the contractor at his/her own cost shall re-clean the area until acceptance is gained.
Disposal of Trash and Hazardous Waste:

The contractor shall be responsible for the removal of all trash and debris from VA property after the completion of any and all services provided under this contract.
The contractor shall comply with the Occupational Safety and Health Administration (OSHA), the United States Environmental Protection Agency (EPA), the Department of Transportation (DOT), State, and all other applicable regulations governing the proper handling, disposal, and removal of waste.

All UST removal activities shall comply with applicable federal, state and local ordinance, regulations and laws. The contractor shall secure the appropriate permits, including the Underground Storage Tank System Installation/Closure Notification Form at least 30 days before UST system permanent closure with a copy sent to the Pennsylvania Department of Labor and Industry and one copy to VA COR.

The UST removal will adhere to the following PADEP guidance:
PADEP Technical Guidance Document 263-4500-601, Closure Requirements for Underground Storage Tank Systems.
PADEP, Bureau of Environmental Cleanup and Brownfields, Division of Storage Tanks, Site Assessment Sampling Requirements at Regulated Storage Tank System Closure, 2630-BK-DEP4699 Rev 2/2022.
PADEP Planning for Permanent Closure Checklist Underground Storage Tank System, Document 2630-FM-BEC0126, Rev. 12/2018.
The contractor will obtain the Storage Tanks Registration/Permitting Application Form (2630-FM-BECB0159) to amend the facility status, have the form validated by the PADEP certified UST remover and submit the form to the Division of Storage Tanks after the UST system closure is complete, submitting a copy to VA COR.
The contractor shall be or will retain the services of a PADEP Certified Underground Storage Tank System (UMR) inspector to be present and directly oversee the closure activities, including site assessment activities per the closure guidance listed above. The Pennsylvania Storage Tank and Spill Prevention Act (Act 32 of 1989) and DEP regulations have established a certification program for installers and inspectors of aboveground and underground storage tanks. The regulations require all companies that conduct storage tank handling or inspection activities to be certified by DEP. The

regulations also make it unlawful to perform tank handling, testing, or inspection activities as an employee of a noncertified company.
PERFORMANCE SCHEDULE:

Performance Start:

The contractor shall begin performance within 10 days of receipt of the Notice to Proceed.

Period of Performance:
The contractor shall complete all performance requirements within 90 days of the Notice to Proceed.

Working Hours:
All work under this contract will be performed Monday through Friday (except Federal Holidays), 7:00 AM (EST) 5:30 PM (EST).

Contractor may be required to work weekends due to weather or service interruptions.
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 15, 2024 10:13 am EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >