Y1NA--CON | NRM 653-23-100 | Remove Replace Underground Fuel Tanks

SOL #: 36C26026R0076Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
260-NETWORK CONTRACT OFFICE 20 (36C260)
VANCOUVER, WA, 98661, United States

Place of Performance

Roseburg, Oregon

NAICS

Oil and Gas Pipeline and Related Structures Construction (237120)

PSC

Construction Of Fuel Supply Facilities (Y1NA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 24, 2026
2
Last Updated
Apr 29, 2026
3
Submission Deadline
Jun 1, 2026, 7:00 PM

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 Roseburg Healthcare System in Roseburg, Oregon, is soliciting proposals for the removal and replacement of underground fuel tanks with new above-ground fuel infrastructure. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity. The project, identified as NRM 653-23-100, involves significant demolition and new construction to establish a modern fuel farm. Proposals are due by June 1, 2026.

Scope of Work

The project's primary objective is the demolition of existing underground fuel infrastructure and the construction of a new, compliant above-ground fuel farm and associated systems. Key tasks include:

  • Building 2: Decommission and remove a 1,000-gallon underground fuel tank, replacing it with a new 1,000-gallon above-ground tank, including a new concrete slab, fence, and crash bollards.
  • Building 7: Relocate an existing 12,000-gallon fuel tank to the new fuel farm and install a new 2,500-gallon above-ground fuel tank for the generator.
  • Fuel Farm: Remove and decommission multiple underground storage tanks (2,500-gal diesel, 1,000-gal gasoline, two 15,000-gal fuel oil). This area will then receive the relocated 12,000-gallon tank, a new 20,000-gallon fuel oil tank, and a new 2,500-gallon gasoline tank. New dispensaries, electrical, data, communications, concrete, structural components, and crash bollards will be installed.
  • General Requirements: All new tanks must be above-ground, skid-mounted, double-walled, ballistic-proof, and anchored to new concrete foundations. The project also requires a Programmable Logic Control (PLC) panel for fuel system control and a card reader/fuel management system compatible with WEX and GSA Smart fuel cards, capable of remote monitoring and billing. All components in contact with E85 fuel must be compatible and UL-listed.
  • Ancillary Work: Includes site preparation, foundation work, exterior lighting, utility locating and trenching, security cameras, landscaping, and obtaining all necessary city, county, state, and federal permits (including Oregon DEQ).

Contract Details

  • Contract Type: Firm Fixed Price
  • Estimated Value: Between $1,000,000 and $5,000,000
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • NAICS Code: 237120 (Heavy and Civil Engineering Construction, Size Standard: $45 million)
  • Product Service Code (PSC): Y1NA (Construction Of Fuel Supply Facilities)
  • Period of Performance: 365 days after Notice to Proceed (NTP).
  • Bonds Required: Payment bond, performance bond, and bid guarantee (at least 20% of bid price, not to exceed $3 million).

Submission & Evaluation

Proposals will be submitted under FAR Part 15 procedures and evaluated based on a best value determination. Offerors must provide a completed Past Performance Reference Form (Attachment 5) for reference checks. Bidders must also adhere to the prevailing wage rates specified in the DOL Wage Determination OR20260066 Mod 1 (Attachment 4). The 100 Percent Submittal Drawings (Attachment 3) and Specifications (Attachment 2) are critical for understanding the full scope and technical requirements. Offerors must be registered in SAM and SDVOSB certified by the SBA.

Key Dates & Contact

  • Response Date: June 1, 2026, 7:00 PM UTC
  • Published Date: April 29, 2026
  • Primary Contact: Kelly B Updegraff, Contract Specialist, kelly.updegraff@va.gov. All inquiries must be directed in writing.

People

Points of Contact

Kelly B Updegraff, ContractorContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 3
Solicitation
Posted: Apr 29, 2026
View
Version 2Viewing
Solicitation
Posted: Apr 29, 2026
Version 1
Pre-Solicitation
Posted: Mar 24, 2026
View