J091--Fuel Dispensing System Maintenance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Network Contract Office 12, has issued a Request for Quote (RFQ) for Fuel Dispensing System Inspections Services at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This opportunity is a Total Small Business Set-Aside, with preference given to Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). Quotes are due by April 23, 2026, at 10:00 AM CDT.
Scope of Work
The contractor shall provide certified technicians, management supervision, labor, equipment, and supplies to perform comprehensive inspection and calibration services for all fuel dispensing and management systems. Key requirements include:
- Annual Automatic Tank Gauge (ATG) functionality verification, adhering to State, Federal, and local requirements, including Wisconsin DATCP Form # TR-WM-139.
- Inspection of underground tank spill buckets, sumps, and connections.
- Annual cathodic protection surveys for four Underground Storage Tanks (USTs) on the West side of building 112.
- Hydrostatic containment testing every three years, as per Wisconsin Code.
- Personnel must be manufacturer-certified, with Lead technicians holding Wisconsin Certified A/B Underground Storage Tank Operator certification. Technicians performing corrosion protection surveys must be certified cathodic protection testers.
- Compliance with all VA facility requirements, including security, privacy, and VHA Directive 1192 (influenza vaccination/masking).
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Estimated Value: $47 Million
- Period of Performance: An estimated 90 days after award, with a base period from June 1, 2026, to May 31, 2027, and options extending up to five years.
- Set-Aside: Total Small Business (NAICS Code: 213112 - Support Activities for Oil and Gas Operations). Preference for SDVOSBs/VOSBs.
- Quotes Due: April 23, 2026, 10:00 AM CDT.
- Site Visit: April 14, 2026.
- RFQ Questions Due: April 15, 2026.
- Published Date: April 7, 2026.
Submission & Evaluation
Quotes must be submitted via email to debbie.bruening@va.gov. The email size limit is 7MB. Evaluation factors include Price, Technical Capability, Experience, and Veteran Owned Small Business Status. Offerors are required to submit proof of all necessary technician certifications and complete VAAR Clause 852.219-75 (Limitations on Subcontracting).
Additional Notes
Service Contract Labor Standards (DOL WD 2015-4899 Rev-29 dated 12.03.2025) apply. All contractor personnel will require fingerprinting and badging.