S222--FUEL STORAGE TANKS MAINT l CO
Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: MO. Response deadline: Feb 27, 2026. Industry: NAICS 562998 • PSC S222.
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 562998
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation on technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) Company name (b) Address (c) Point of contact (d) phone, (e) email (f) UIE number (g) Cage Code (h) Tax ID Number (i) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business (j) Must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below. All interested organizations must provide official documentation from Siemens demonstrating that they are authorized by the manufacturer to perform repair and maintenance services. This documentation must also confirm their authorization to acquire parts and software from Siemens for these services. Work to be performed: STATEMENT OF WORK FOR Underground Storage Tank Cleaning Department of Veteran Affairs Harry S. Truman VA Medical Center Columbia, MO SCOPE: Procurement of service agreement to provide cleaning and polishing of the underground fuel storage tanks (UST) at Harry S. Truman Memorial Veterans Hospital in Columbia, MO. The primary goal is to remove sludge, debris, and residues to ensure the tanks efficient operation and compliance with environmental regulations. All parts, labor, and travel shall be included. BACKGROUND: This contract will be used to provide full services for the cleaning and polishing of the UST s for the Harry S. Truman Memorial Veterans Hospital (HSTMVH). Cleaning and polishing the generator fuel tanks prevent critical power failure through removal of water, sludge and microbes which ensuring reliable backup power for patient safety, extending equipment life, reducing maintenance costs, and meeting strict healthcare regulations for operational readiness during emergencies. SITE VISIT: A site visit will be scheduled providing all potential bidders the opportunity to view the underground storage tanks, their proximity to water source, and access constraints. The date and time will be listed in the solicitation BADGES, PARKING, CHECK-IN PROCESS: All Contractor personnel are required to wear identification (I.D.) badges issued by the HSTMVH Engineering office during the entire time they are on the HSTMVH grounds. It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. The HSTMVH shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstance. The contractor s technician shall report to the VA representative office Facilities Management prior to starting work. The Contractor s technician shall prepare a written service ticket explaining the work for the day, a listing of which parts are to be used, the price of each part and the total price of multiple parts. The ticket shall be given to the VA representative for approval. PROJECT SCHEDULE: Contractor shall provide a timeline with key milestones from project initiation to completion, including start date, and major tasks. Works shall be performed during moderate temperatures and coordinated with COR. Period of Performance shall be 365 days from notice to proceed. CONTRACTOR QUALIFICATIONS: Fully qualified is based upon training and hands-on experience in the field. For training, the contractor has successfully completed a formalized training program for OSHA HAZWOPER, Confined Space Entry and API Certifications. Personnel shall have necessary certifications for performing tank cleaning. All required Personal Protective Equipment, PPE, shall be provided by the contractor. Contractor must provide evidence of appropriate training of any staff providing services under terms of the contract. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. Contractor must have access to all OEM proprietary information due to the critical nature of these services. PERSONNEL ACCEPTANCE: The Government reserves the right to accept or reject Contractor s staff for the rendering of services. Complaints concerning Contract Personnel s performance or conduct shall be dealt with by the Contractor, VA representative and the final decision made by the Contracting Officer. CONTRACTOR S RESPONSIBILITIES: The Contractor shall take all precautions necessary to protect against injury or damage during the performance of this contract. The Contractor shall be responsible for any injury to contractor s employees as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by contractor s employees fault or negligence. Enforce contractor performance (timely submission of deliverables, compliance with personnel screening requirements, and appropriate termination activity as appropriate). SAFETY AND ENVIRONMENTAL COMPLIANCE: The Contractor shall ensure all personnel use appropriate PPE such as masks, gloves, suits, and safety harnesses. The Contractor shall implement emergency procedures, including first aid, evacuation plans, and spill response. The Contractor shall follow all relevant regulations, including but not limited to Clean Water Act, Resource Conservation and Recovery Act (RCRA), and Occupational Safety and Health Administration (OSHA) standards. HOURS OF SERVICES: The Contractor shall perform the services as specified herein Monday through Friday except for National Holidays between the hours of 7:30a.m. 4:30p.m. Government national holidays: The Contractor is not required to provide services on the following national holidays nor shall the Contractor be paid for these holidays: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 When a holiday falls on a Sunday, the following Monday will be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by the U.S. Government agencies. Also included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. UNDERGROUND STORAGE TANKS: The following fuel storage tanks shall be covered under this contract: TABLE 1: HSTMVH UST TANK LISTING Tank# Capacity EE# Location Tank#1 5,000 gallons 30795 Lot D Tank #2 5,000 gallons 30796 Lot D Tank#3 15,000 gallons 83620 Lot D CLEANING AND POLISHING: Cleaning of the tanks and polishing of the fuel shall be in accordance with OSHA, EPA and Missouri Department of Natural Resources guidance. Objectives: Ensure safe and thorough removal of all contaminants from the fuel tanks. Conduct thorough inspections and provide detailed documentation of the tanks conditions. Ensure compliance with all VA safety protocols, environmental regulations, and industry standards. General Work Items: Pre-Cleaning Procedures: Documentation Review and Site Assessment: conduct a review of existing documentation and perform an on-site assessment to plan the cleaning operation. Safety Briefing: conduct safety briefings for all personnel involved, highlighting potential hazards and safety procedures Permits and Notifications: obtain all necessary permits and notify relevant authorities before beginning the cleaning operations. Tank Cleaning Operations: Isolation and Emptying: safely isolate the tank from the system and remove any remaining fuel. Fuel shall be held for polishing and returned to the fuel tank following cleaning. Ventilation: ensure adequate ventilation of the tank to mitigate risks associated with confined space entry. Cleaning Methods: employ appropriate cleaning methods, including but not limited to manual cleaning, high-pressure water jetting, chemical cleaning, if necessary Equipment Used: utilize suitable equipment such as vacuum trucks, high-pressure water jets, and other necessary tools to perform the cleaning. Waste Management: Containment and Removal: properly contain and remove all waste products (sludge, wastewater, etc.) generated during the cleaning process. Disposal: dispose of all waste in compliance with local, state, and federal regulations. Provide waste disposal manifests for VA records. Inspection and Testing: Post-Cleaning Inspection: conduct thorough inspections of the cleaned tanks to assess cleanliness and structural integrity. Sampling: perform sampling and analysis for any residual contamination. Provide laboratory results and certificates of analysis. Parts for Repair: For repairs, Contractor shall furnish the COR with an estimate (via email) of the cost to make necessary repairs. Contractor shall also provide a comparison quote to the COR for what that item would have cost for commercial pricing so Government has basis for making price fair and reasonableness determination, or as alternative, Contractor shall provide a quote provided to another federal agency for similar item for determination purposes. All required parts shall be provided by the Contractor. No equipment or parts shall be considered obsolete until they are out of production for 7 years or cannot be replaced with a similar device or piece of equipment. REPORTING REQUIREMENTS: Submit interim reports at defined milestones outlining progress, issues encountered, and solutions implemented. Service reports shall be delivered electronically within 7 calendar days after completing any work. Provide a comprehensive final report detailing the cleaning operations, inspection results, waste disposal records, and any recommendations for future maintenance. END OF STATEMENT OF WORK Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open. Any response to this source selection from Interested parties must be received NLT 2/27/2026, 1500 PM CST. Attention: Janie Juszczak, Contracting Officer Email: janie.juszczak@va.gov Offerors shall reference 36C25526Q0217 Underground Storage Tank Cleaning in the subject line of all emails. Please provide your Unique Entity ID so that your organization can be identified in SAM.GOV and VetBiz if organization is claiming SDVOSB preference. Only organizations with an active SAM.GOV account can be considered. Utilize this link to either start a new registration or to renew the organization s registration. https://sam.gov/content/home
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.