VA Northern California Health Care System
April 17, 2026
STATEMENT OF WORK
Correct Martinez and Mare Island Generator Fuel Lines 612 24 005
General Information
This Statement of Work covers the furnishing of labor, material, supervision and necessary engineering for upgrading the Martinez and Mare Island Generator Fuel Lines and delivery systems.
Martinez Location - VA Martinez Medical Center 150 Muir Rd. Martinez, CA 94553
Mare Island Location - VA Clinic 201 Walnut Avenue, Building 201 Mare Island, CA 94592-1107
Contractor shall completely prepare sites for building operations, including demolition and removal of existing structures, and furnish labor and materials and perform work for the replacement of fuel oil piping at both the Martinez and Mare Island VA Medical center campuses as required by drawings and specifications. The Martinez campus fuel oil piping replacement shall occur for fuel oil piping at buildings 19 and 20. The required work located at building 19 of the Martinez campus shall include but is not limited to the following:
Fuel oil piping replacement (including excavation, backfill and site restoration for existing underground piping replacement)
Seismic restraint of aboveground piping and equipment,
Traffic control during trenching operations near parking lot at Building 19
Fuel oil transfer pump replacement
Replacement of the leak detection system (including re-use of existing leak detection as noted)
Integration of new fuel management system with existing facility building automation system
Implementation of ICRA requirements
Replacement of valving, pipe supports controls, and associated electrical wiring
Commissioning of new systems as required by drawings and specifications
The required work located at building 20 of the Martinez campus shall include but is not limited to the following:
Fuel oil piping replacement (including excavation, backfill and site restoration for underground piping replacement).
Incidental architectural work involving removal and replacement of existing indoor ceilings for piping replacement).
Seismic restraint of aboveground piping and equipment, pump replacement, replacement of the leak detection system (including re-use of existing leak detection sensors and wiring as noted).
Integration of new fuel management system with existing facility building automation system.
Implementation of ICRA requirements.
The addition of a fuel polisher into the fuel oil system.
Commissioning of all of the new systems.
The replacement of valving, pipe supports, controls, commissioning of new systems, and associated electrical wiring as required by drawings and specifications.
The required work located at building 201 on the Mare Island campus shall include but is not limited to the following:
Replacement of fuel oil piping.
Fuel oil transfer pumps.
Seismic restraint of aboveground piping and equipment
Replacement of the leak detection systems (including re-use of existing leak detection sensors and wiring as noted)
Integration of new fuel management system with existing facility building automation system, valving, pipe supports, controls, commissioning of new systems and associated electrical wiring as required by drawings and specifications
Contractor will be responsible for returning any damaged landscape/hardscape/roads/curbs to its existing conditions prior to the closing out of the project.
Background: The purpose of this project is to upgrade the generator fuel lines and delivery systems at both the Martinez and Mare Island campuses. This includes the following areas: Martinez campus Building 19 fuel delivery system, Martinez campus Building 20 fuel delivery system, and Building 201 Mare Island campus fuel line replacement.
Scope of Work
A site visit and/or survey is highly recommended for all bidders prior to submitting a bid for project 612-24-005.
Complete work as detailed in the attached Specifications and Drawings for project. Project Specifications include requirements for all products, materials, equipment, installation methods, testing and verification of systems shown on the construction Drawings. Contractor is advised to review all contract documents (Specifications, Drawings, Narrative, etc.) carefully. Upon issuance of the NTP for Construction, it will be the expectation of VA that the Contractor knows the contract requirements in detail. If there are any discrepancies between the Specifications and Drawings, the Contractor shall bring that to the attention of the Contracting Officer immediately. Hierarchy of VA provided documentation is (1) Specifications; (2) Drawings; (3) Project Narrative. All notes on the Drawings are in place to support the Specifications of the project and assist the General Contractor in build out of the intended design. Project Specifications shall be strictly adhered to. Upon project award, General Contractor is affirming that they have read and understand the project Specifications.
1. Notice to Proceed for Construction shall be issued to the Contractor no more than 90 days from the date of award. Once NTP is issued, Contractor shall obtain VA approval on all submittals prior to breaking ground for construction work. Submitted project schedule shall show expected submittal period. General Contractor shall note that it will generally take 14 days for an AE submittal review, followed by an additional 14 to 21 days for VA to review and approve submittals, depending on the content.
Below is a summary of the work that will be required in this project: (For detailed instructions and guidance, Contractor is to reference the project Specifications and Drawings)
Martinez Campus Building 19 work summary:
Required work to remediate existing shortcomings:
Remove and replace appropriate portions of the fuel leak detection system related to replacement equipment ensure leak detection system is tied into existing building management system (BMS) system.
Ensure pump controls are integrated with existing BMS system and day tank/fuel tank level controls to remain.
Excavate and replace underground fuel piping.
Remove and replace pump assembly and controller for 6,000-gallon fuel tank.
Remove sump basin and leak detection float switch.
Remove capped piping which previously lead to a boiler.
Ensure all materials and fuel are properly disposed of as required.
Provided replacement fuel piping shall be double wall containment with line leak detection.
Remove and replace above grade fuel piping.
Remove and replace all systems valving, ensuring a fully operational system is installed.
Martinez Campus Building 20 work summary:
Required work to remediate existing shortcomings:
Remove and replace appropriate portions of the fuel leak detection system related to replacement equipment ensure leak detection system is tied into existing BMS system.
Ensure pump controls are integrated with existing BMS system and day tank/fuel tank level controls to remain.
Excavate and replace underground fuel piping.
Remove and replace pump assembly and controller for 6,000-gallon fuel tank.
Remove and replace the leak detection system.
Dispose of all materials and waste fuel in accordance with all VA, local, state, and federal guidelines.
Provided replacement fuel piping shall be double wall containment with line leak detection.
Remove and replace above grade fuel piping.
Remove and replace all system valving ensuring a fully operational system is installed.
Provide fuel-polishing system to ensure contaminant free fuel supply.
Remove sump basin and leak detection float switch.
Mare Island Campus work summary:
Required work to remediate existing shortcomings:
Remove and replace existing 3 and 1 double wall containment fuel piping.
Where double-wall containment cannot be installed, a containment pan will be provided under single-wall piping.
Dispose of all materials and waste fuel in accordance with all VA, local, state, and federal guidelines.
Remove and replace all system valving ensuring a fully operational system is installed.
Remove and replace duplex supply pumps.
Remove and replace the return pump and provide a proper NEMA enclosure to protect it from the elements.
*Prior to final acceptance, Contractor shall thoroughly clean provided equipment, entire project area and surrounding project area (as directed by the Contracting Officers Representative, COR) of grease, oil, plaster, dust, stains and/or other debris.
Submittal Exchange (web based application): The Contractor shall coordinate and utilize Submittal Exchange to manage construction documents and submissions. The intent is to use Submittal Exchange as a secure online collaboration tool for sharing documents and information during the construction phase of this project. Common types of information and documents shared with this tool include drawings, specifications, BIM files and models, meeting minutes, budgets, schedules, photos and any other contract collaboration documents. Contractor shall coordinate directly with Submittal Exchange representatives to ensure the project folder is up and running prior to the start of submittal process. Any start up fees shall be part of the based bid.
Contractor Responsibilities
The Contractor shall provide a list of personnel to the COR prior to the start of work and after award of the service contract. The list shall contain the full names of employees and telephone numbers and identify the individual(s) who will act/serve as leads or acting in a manager/supervisor role.
ID BADGES: All Contractors shall clearly display an identification badge while on VA premises. The badge shall be displayed on the upper torso at all times.
Contractor Security Requirements: Office of Information and Technology (OI&T) certification and accreditation requirements do not apply for this contract and therefore a Security Accreditation Package is not required. At no time will the vendor be in contact or have access to OI&T systems, the VA OI&T network, and/or VA sensitive information.
Smoking is prohibited inside all buildings. Cellular phones and two-way radios are not to be used in emergency rooms, surgical and recovery suites, and within six feet of any medical equipment. Possession of weapons is prohibited. All enclosed containers, including tool kits, shall be subject to search by VA Police. Violators of VA rules and regulations may result in a citation (answerable in the United States Federal Court District, not necessarily local district state or municipal court), and/or removal and/or expulsion from VA property.
Contractor shall comply with the Federal and State OSHA Blood Borne Pathogens Standard(s). The Contractor shall ensure:
Methods are in place by which all employees are educated as to the risks associated with blood borne pathogens in Health Care facilities.
Have policies and procedures in place which reduce the risk of employee exposure to blood borne pathogens.
Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens.
Provide employees with appropriate personal protective equipment (PPE) and/or clothing such as gloves, caps, gowns, masks, and protective eyewear throughout the performance of this contract.
Upon completion of the project the COR will complete a Contractor s Performance Evaluation and forward it to the Contracting officer. A sample blank form can be provided to the Contractor upon request. The project COR may elect to issue intermediate evaluations, as necessary, throughout the course of the project.
Government Additional Requirements
The Contracting Officer Representative (COR) will be appointed by the Contracting Officer who will provide technical guidance and clarifications to the Contractor. It shall be noted that interpretation of contractual terms and/or financial matters is the responsibility of the Contracting Officer.
The COR will monitor the Contractors performance to assure that services provided and the standards of performance are met in accordance with this Statement of Work and the QAQC Plan. In accordance with FAR 52.212-4 (a) Inspection/Acceptance the Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of non-conforming supplies or re-work of non-conforming services at no additional cost to the Government.
All services provided at VANCHCS are performed during normal working hours of 8:00 a.m. to 4:00 p.m., Monday through Friday, except holidays.Period of Performance-365 days from NTP.
Federal holidays observed are the following: New Year s Day; Martin Luther King Jr. Day; President s Day; Memorial Day; Juneteenth, Independence Day; Labor Day; Columbus Day; Veteran s Day; Thanksgiving Day; Christmas Day;
Payment: The Contractor shall coordinate with the COR prior to submitting monthly invoices to Tungsten. The COR will verify services rendered and authenticate the invoice via Online Certification System (OLCS). Note, pay request(s) may be submitted outside of the typical monthly submission schedule by mutual agreement of the VA and Contractor.
Records Management Requirements: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract:
Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31
and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR
Part 1222 and Part 1228.
Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.
Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.
Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.
Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.
The Government Agency owns the rights to all data/records produced as part of this contract.
The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. The Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.
Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].
No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its Contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (Subcontractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any Subcontractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
Attachments
612-24-005 Specifications
612-24-005 Construction Drawings
612-24-005 Design Narrative
- - - END OF STATEMENT OF WORK - - -