SOURCES SOUGHT
54 -- Storage Tank Rental
- Notice Date
- 2/17/2026 3:52:26 AM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0276
- Response Due
- 2/24/2026 7:00:00 AM
- Archive Date
- 04/25/2026
- Point of Contact
- Tnauri Woodbridge, Contracting Officer, Phone: 203-932-5711 x2892
- E-Mail Address
-
tnauri.woodbridge@va.gov
(tnauri.woodbridge@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238210, 5430) with a size standard $16.5 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Above Ground Fuel Storage at the Newington VAMC.� per the requirements below. Refer to the� Performance Work Statement� below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Performance Work Statement. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 10 am EST, Feb 24, 2026. All responses under this Sources Sought Notice must be emailed to Tnauri.woodbridge@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:� ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (GSA/FSS/NASA SEWP/ETC): ________________________ _____________________________________________________________________________ _____________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 STATEMENT OF WORK VA CONNECTICUT HEALTHCARE SYSTEM (VACHS) VA MEDICAL CENTER NEWINGTON 555 WILLARD AVENUE NEWINGTON, CT 06111 BACKGROUND VA Connecticut Healthcare System requires turnkey delivery and set up of temporary above ground fuel storage tanks, site preparation, and fuel removal from three (3) existing Underground Storage Tanks (USTs) with certification once all existing UTSs are clean and empty. JUSTIFICATION Above Ground Fuel Storage is required to support planned replacement of Underground Storage Tanks at the VA Medical Center Newington. Above Ground Fuel Storage is required to support continuous availability and operation of emergency generator equipment to furnish emergency backup power to the Medical Center in the event of a power loss. LOCATION OF SERVICES VA Medical Center Newington 555 Willard Avenue Newington, CT 06111 PERIOD OF PERFORMANCE The period of performance for this contract is 1 year including option: Base Year: 12 Month Lease April 01, 2026 March 28, 2027 Option Year 1: 12 Month Lease April 01, 2027 March 28, 2028 QUALIFICATIONS To be considered eligible as potential bidders, contracted party(s) shall be qualified and experienced is all aspects of fuel services and associated Connecticut State regulations (CT-DEEP), site work and emergency power systems, etc. Bidders to provide documentations of staff qualifications to include but not limited to training, experience, certifications, and licenses on the specific past work, and task related equipment use and knowledge, etc. under the terms of this contract. The Contracting Officer and/or Contracting Officer s Representative (COR) specifically reserve the right to reject any of the Service Provider s personnel and refuse them permission to work on the equipment and/or work outlined herein, based upon credentials provided. Bidders will be responsible for complying with the VA Connecticut Healthcare System policy for Lockout/Tagout, all equipment, supplies, and external support to perform work. The Contracting Officer (CO) and/or Contracting Officer s Representative (COR) specifically reserve the right to reject any of the Service Provider s personnel and refuse them permission to work on the equipment outlined herein, based upon credentials provided. Bidders shall be evaluated on past performance, technical capability, certification(s), and financial capability to perform this work. A mandatory pre-bid walkthrough shall be performed. SCOPE OF WORK Furnish a 12 month rental lease of Temporary Above Ground Storage Tanks of 1000 gallons capacity minimum (with interconnections for expansion) for UST locations (x3). Provide total cost per year and monthly for each AST and UST location for 1st year lease and optional 2nd year lease if decided and determined by Government. The Service Provider shall furnish all labor, materials, equipment, tools, supervision, disposal, etc. for a turnkey installation/ set-up with compliance to CT-DEEP (e.g., cleaning and certification for existing USTs) along with all incidentals to facilitate a 12-month lease. f All work, material and workmanship to be furnished shall conform to all applicable local and national standards. VA SOP s, industry, recommended practices and safety codes, to the requirements and test procedures of the state of Connecticut Department of Energy & Environmental Protection. The VA shall be notified of any changes before the work is started. Remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Except as otherwise shown or specified, do not cut, alter or remove any structural work, and do not disturb any ducts, plumbing, steam, gas, or electric work without approval of the COR. Existing work to be altered or extended and that is found to be defective in any way, shall be reported to the COR before it is disturbed. * Special note, the installation and setup of temp ASTs shall not interfere with future intent to excavate and remove existing USTs and associated utilities to and from the associated generator unit/ day tank and/ or monitoring system. (see attached demo drawings). Materials and workmanship used in restoring work, shall conform in type and quality to that of original existing construction, except as otherwise shown or specified. Upon completion of contract, deliver work complete and undamaged. Existing work, mechanical and electrical work, lawns, paving, roads, walks, etc.) disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work. The service provider shall coordinate all work and location of temporary ASTs with the VA COR and designated POC. Work shall be performed during regular business hours Monday - Friday between 7:00 a.m. and 5:00 p.m. Description of Services Service provider shall schedule and coordinate all work with the VA COR, Utilities Supervisor, and Chief, Maintenance & Operations. All LOTO request and procedures shall be in compliance with the VA Connecticut Healthcare System Medical Center Policy 138-075. Coordinate all placement and removal of Lock Out Tag Out devices for any energy source with the VA COR/ Maintenance & Operations. Coordinate Hot Work Permit with the VA COR and VACHS Safety Department. Protect all equipment in place during replacement activities. All valves, associated piping, and hardware shall be included. All valves are to be flanged to match existing flange class including new gaskets. ACM is not anticipated as part of this work, however if ACM is suspected, the service provider shall contact the VA Contracting Officer and COR immediately. Remove approximately 7,500 gallons (not to exceed) of diesel fuel from three (3) Underground Storage Tanks (USTs). Furnish receipt of disposal within seven (7) business days. Actual amount in tanks to be field verified and removal cost shall be per agreed to rate ($/gallon) in advance with compensation per verified receipt quantity, VA witnessed measurements, etc. Furnish and supply, deliver, and install six (6) 500-gallon Above Ground Storage Tanks (ASTs) to serve three (3) existing day tanks for a period of twelve (12) months. All piping, conduit, cabling shall be included with the installation of all new items such that they do not interfere with the future removal of the existing USTs and all associated components Perform demobilization and remove six (6) 500-gallon Above Ground Storage Tanks (ASTs) at the time of lease/rental termination. Remove all piping, conduit, and cabling. Remove fuel from (6) 500-gallon Above Ground Storage Tanks (ASTs) upon demobilization (to the extent required by the leasing vendor) and transfer fuel to new Underground Storage Tanks. Install isolation valves as required for all tap and connection locations and tag all existing and new valves and label all piping included in this scope of work. Develop and submit a clean and clear 1-line with tag numbers, labels, location identification and notes as applicable for service as required. Furnish and install new insulation at areas of replaced piping. Service provider shall perform start up and acceptance testing. Facilities Management Service shall designate a staff member to witness acceptance testing of all completed work. All work is subject to inspection, review, and approval by the Utility Systems Supervisor, Chief of Maintenance & Operations, and Chief Engineer. Service provider shall clean-up work area and all debris. SPECIAL INSTRUCTIONS Contractor Check-in: All employees of the service provider shall comply with VA Security Management Program and obtain permission of the VA Police and restricted from unauthorized access. Upon arrival, the contractor shall sign-in at Building 3, 3rd Floor Facilities Management Service and receive a temporary identification badge prior to performing services at VA Connecticut Healthcare System. The contractor shall wear visible identification always displaying the name and company ID while on site. All site visits shall be coordinated with the VA COR. Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor shall provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced, the name of the representative, and the services performed, and parts replaced and labor hours. The reports shall be delivered within five business days. Per VA Directive 1805, smoking vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service providers and their employees. No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time. VA reserves the right to close down or shut down the facilities and order Service provider employees off the premises in the event of a national emergency. The Service provider may return to the site only with the written approval of the VA Contracting Officer. Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with COR. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the VA Contracting Officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service provider s performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to the rules of the Medical Center applicable to their conduct. Execute work in such a manner as to reduce impacts with work being done by others. Billing: Provide COR with a report or statement of work completed and include statements with request for payment. Statement should include service completed and the date each service item was completed. Labor charges shall be billed hourly, and any unused labor totals will be credited back to the VA Medical Center on the next billing cycle, upon receipt of the service report. TERMS AND CONDITIONS User Responsibility: The contractor shall not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. All work is subject to inspection, review and approval by the Utility System Supervisor, Chief M&O, Chief Engineer, and/or their designees.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0266104eee0c4e96a5461cd0e4419eea/view)
- Place of Performance
- Address: Newington VAMC 555 Willard Ave, Newington 06511
- Zip Code: 06511
- Zip Code: 06511
- Record
- SN07718412-F 20260219/260217230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |