Skip to content
Department of Veterans Affairs

H191--Storage Tank Rental

Solicitation: 36C24126Q0288
Notice ID: 8de9e395eeec43d7abf056f630529725
TypeCombined Synopsis SolicitationNAICS 238310PSCH191Set-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateCTPostedFeb 25, 2026, 12:00 AM UTCDueMar 04, 2026, 03:00 PM UTCCloses in 7 days

Combined Synopsis Solicitation from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: CT. Response deadline: Mar 04, 2026. Industry: NAICS 238310 • PSC H191.

Market snapshot

Awarded-market signal for NAICS 238310 (last 12 months), benchmarked to sector 23.

12-month awarded value
$43,300
Sector total $33,350,364,963 • Share 0.0%
Live
Median
$43,300
P10–P90
$43,300$43,300
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($43,300)
Deal sizing
$43,300 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CT
Live POP
Place of performance
Newington VAMC, 555 Willard Ave • Newington, CT • 06511
State: CT
Contracting office
Togus, ME • 04330 USA

Point of Contact

Name
Tnauri Woodbridge
Email
tnauri.woodbridge@va.gov
Phone
203-932-5711 x2892

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
241-NETWORK CONTRACT OFFICE 01 (36C241)
Office
Not available
Contracting Office Address
Togus, ME
04330 USA

More in NAICS 238310

Description

Combined Synopsis Solicitation Newington VAMC Above Ground Fuel Storage Tank (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24126Q0288 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01. (iv) This requirement is being issued as a VOSB/SDVOSB set-aside. The associated NAICS 238310 and small business size standard is $16.5 million. (v) The Government intends to award a firm-fixed price award for Above Ground Fuel Storage Tank at the Newington VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission. (vi) The Contractor shall provide all resources necessary to provide Above Ground Fuel Storage Tank IAW the attached (Performance Work Statement). Please see the attached PWS for full requirement details. (vii) The Place of Performance is Newington VAMC as described per the (Performance Work Statement). (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.217-5 Evaluation of Options (JUL 1990); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Site Visit: 555 Willard Ave, Newington, CT 06511 Monday March 2, 2026 at 9:00 AM Building 3, 3rd floor to obtain a temporary day badge and complete a sign-in sheet. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. (2) Offerors shall submit their quotes electronically via email to tnauri.woodbridge@va.gov. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is March 3, 2026 by 12:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (Follow these instructions): Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces. Past Performance: Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the (Performance Work Statement). References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the (Performance Work Statement) in a timely efficient manner. Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the (Performance Work Statement). Contractor shall demonstrate that their technicians meet the qualification standards stated in the (Performance Work Statement). If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. SAM: Interested parties shall be registered in 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 in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer. 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. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 52.204-16 Commercial and Government Entity Code Maintenance (JUL 2016); 52.219-6 Notice of Total Small Business Set-Aside; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 852.203-70 Commercial Advertising (MAY 2008); 852.232-72 Electronic Submission of Payment Requests (NOV 2018) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.232-33, 52.222-41, 52.222-43 (Wage Determination Applicable (Manchester 2015-4019 Rev 23 posted on beta.sam.gov) (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due March 5, 2026 by 10:00 AM EST. RFQ responses must be submitted via email to: tnauri.woodbridge@va.gov. Hand deliveries shall not be accepted. (xvi) The POC of this solicitation is Tnauri.Woodbridge@va.gov) ATTACHMENT 1 PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT Base+1 Above Ground Fuel Storage Tank 1.00 JB __________________ __________________ GRAND TOTAL __________________ ATTACHMENT 2 PAST PERFORMANCE WORKSHEET 1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date of Contract Award: 5. Beginning Date of Contract: 6. Completion Date of Contract: 7. Contract Value: 8. Type of Contract: 9a. Technical Point of Contact: 9b. Contracting Point of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place of Performance: 11. Description of Work (Use a continuation sheet if necessary): 12. List any commendations or awards received: 13. List of Major Subcontractors: ATTACHMENT 3 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 March 01, 2026 February 28, 2027 Option Year 1: 12 Month Lease March 01, 2027 February 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 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 complete and undamaged work. 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 …

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.