Fuel Line and Sump System Testing Services - Manhattan, KS
ID: 12805B25Q0136Type: Combined Synopsis/Solicitation
AwardedMay 6, 2025
$115.7K$115,747
AwardeePB HOIDALE CO INC Wichita KS 67213 USA
Award #:12805B25P0061
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PA AAO ACQ/PER PROPFORT COLLINS, CO, 80526, USA

NAICS

Support Activities for Oil and Gas Operations (213112)

PSC

MAINTENANCE OF FUEL SUPPLY FACILITIES (Z1NA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified contractors to provide fuel line and sump system testing services at the National Bio & Agro-Defense Facility (NBAF) in Manhattan, Kansas. The procurement involves a firm-fixed-price contract for underground fuel line pressure testing and related services, which must comply with Kansas Department of Health and Environment (KDHE) regulations, including testing of multiple sumps and spill basins. This contract is crucial for ensuring safety and regulatory compliance in operations related to national bio and zoonotic disease research. Interested small businesses must submit their offers electronically to Mr. David Hildebrand at david.hildebrand@usda.gov by 12:00 PM (CST) on April 18, 2025, with the contract set-aside for small businesses under NAICS code 213112.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation number 12805B25Q0136 pertains to the provision of fuel line pressure testing and related services at the National Bio & Agro-Defense Facility in Manhattan, KS. The Agricultural Research Service intends to award a firm-fixed-price contract, exclusively open to small businesses, under NAICS code 213112. Offers must comply with best practices specified in the Federal Acquisition Regulation (FAR), utilizing Lowest Priced Technically Acceptable (LPTA) evaluation factors, focused on vendor certifications as a licensed KDHE UST contractor and relevant project experience. The submission deadline is April 18, 2025, and submissions must be made electronically to the designated contract specialist. Additional stipulations include clauses for responsible contracting and various provisions relevant to federal contracts, such as compliance with labor standards and reporting requirements for small businesses. The document also emphasizes that the government reserves the right to cancel the solicitation at any time without obligation to reimburse vendors for incurred costs. This solicitation reflects the government’s commitment to supporting small businesses while ensuring compliance with safety and quality standards in environmental management.
    The United States Department of Agriculture (USDA) seeks contractor services for testing the fuel line and sump system at the National Bio and Agro-Defense Facility (NBAF) in Manhattan, KS. The contract spans multiple option years, including initial and recurring underground Fuel Line Pressure Testing and certification of electronic detection equipment. The scope entails extensive compliance with Kansas Department of Health and Environment (KDHE) requirements, including testing of thirty-one sumps, five spill basins, and conducting overfill prevention assessments. The contractor is responsible for all labor, materials, transportation, and personal protective equipment (PPE) necessary for safe execution. Testing must comply with federal, state, and local codes, with reports submitted to KDHE and USDA promptly. Notably, security measures involve extensive background checks for contractor personnel, adherence to facility regulations, and the requirement for escorting visitors within the facility. The careful oversight of sensitive information access further emphasizes the facility’s commitment to safety and regulatory adherence. This contract reflects the USDA's dedication to maintaining compliance and safety in operations related to national bio and zoonotic disease research.
    The document outlines wage determinations under the Service Contract Act (SCA) as mandated by the U.S. Department of Labor, specifically for Kansas counties of Pottawatomie and Riley. It indicates that contracts subject to the SCA must adhere to minimum wage rates established under Executive Orders 14026 and 13658, with specific rates applicable based on the contract's award date and conditions. For 2025, the minimum wage will be $17.75 for contracts entered into after January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022, unless otherwise noted. The determination specifies wages for various occupations, categorized by codes and titles, along with fringe benefits. Additional stipulations include requirements for paid sick leave and vacation for employees under Executive Order 13706, health and welfare benefits, and holiday pay. The document also describes the conformance process for non-listed job classifications and wage rates, ensuring compliance in contractor obligations. Overall, this wage determination outlines the labor standards expected for federal contract work, emphasizing worker rights and compensation structures applicable to government contracts.
    The document provides guidelines for visitor application information related to access requests for the National Bio and Agro-Defense Facility (NBAF). It requires applicants to supply personal details such as full legal name, U.S. citizenship status, company information, and previous PIV card status. Notably, the document outlines security measures, emphasizing the need to password protect and encrypt the submitted application to safeguard personally identifiable information. Compliance with the Privacy Act is also highlighted, specifying the mandatory nature of certain disclosures and the internal use of the collected information. The document stresses that it contains sensitive information, exempt from public disclosure under the Freedom of Information Act, and underscores the necessity of prior approval from the USDA for any release. This procedure supports orderly visitor management under the associated fuel line system testing service contract.
    The document outlines the Bid Schedule for Fuel Line Testing and Related Services at the National Bio and Agro-Defense Facility (NBAF), with an effective date of April 8, 2025. The primary purpose is to ensure compliance with Kansas Department of Health and Environment (KDHE) regulations for underground fuel systems over a specified period, including an initial contract and several options for extension through 2030. Various tasks include conducting underground fuel line pressure testing, certification for electronic release detection equipment, and submission of inspections to KDHE and the USDA. The contract details emphasize compliance testing for fuel oil systems, with specific requirements for testing methodologies (such as smoke vapor and hydro-testing) for numerous sumps and spill basins during optional years. The document presents an organized structure with item numbers, descriptions, quantities, unit prices, and total prices, indicating a comprehensive approach to ensure operational compliance and environmental safety related to fuel line systems at the facility. Overall, the RFP aims to support mission objectives while maintaining regulatory standards.
    Similar Opportunities
    Haskell Indian Health Center Generator Gas Line Replacement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors for the replacement of a natural gas line at the Haskell Indian Health Center in Lawrence, Kansas. The project involves furnishing, replacing, and installing a new 3-inch gas line with a meter and regulator to ensure the generator operates at full capacity, addressing current limitations posed by the existing undersized line. This procurement is a 100% Small Business set-aside under NAICS code 238220, with an estimated contract value between $25,000 and $100,000, and a performance period of 120 calendar days from the Notice to Proceed. Interested parties must submit their quotes by January 12, 2026, and can direct inquiries to Noleen Powell at noleen.powell@ihs.gov.
    Preventative Maintenance For Two FOSS NIRS DS2500 and One FOSS Infratec NOVA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for preventative maintenance services for two FOSS NIRS DS2500 instruments and one FOSS Infratec NOVA instrument over a 12-month period. The objective is to ensure the proper functioning and accuracy of these critical analytical tools, which are essential for monitoring and validating Near Infrared Reflectance (NIR) calibrations. The contract will be awarded based on the lowest price technically acceptable offer, with all responsible sources encouraged to submit their quotations by the deadline of December 12, 2025, at 5:00 PM Mountain Time. Interested parties can direct inquiries to Amber Sampson at amber.sampson@usda.gov or by phone at 970-851-3730.
    KBAR RANCH ASBESTOS and LEAD TESTING
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking quotes for asbestos and lead testing services at the KBAR Ranch House and Garage located in Big Bend National Park, Texas. The project requires comprehensive surveys, sample collection, and laboratory analysis to identify asbestos-containing materials and lead concentrations, culminating in a detailed report with abatement recommendations. This procurement is critical for ensuring environmental safety and compliance with EPA, OSHA, NIOSH, and Texas state regulations. Quotes are due by December 18, 2025, at 2:00 PM ET, and must remain valid for 90 days, with the contract period of performance scheduled from December 29, 2025, to January 12, 2026. Interested parties can contact Brian Thornton at brianthornton@nps.gov or call 240-220-8104 for further information.
    Contracted Laboratory Services CONUS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking contractors to provide laboratory testing services for government-owned petroleum products across the Continental U.S. (CONUS). The contractor will be responsible for testing various fuels, including jet fuels, diesel fuels, unleaded fuels, additives, and lube oils, in accordance with military specifications, and for transporting samples to their laboratory facilities. This procurement is critical for ensuring the quality and compliance of fuel products used by the military, with testing required to be completed within specific time frames, including 24/7 availability. The solicitation is expected to be issued between December 2025 and January 2026, with a closing date around January 2026, and interested parties can contact Ralph Dayougar at ralph.1.dayougar@dla.mil or Karen Tom at karen.tom@dla.mil for further information. The contract period will span from March 15, 2026, to March 14, 2028, with options for extension.
    Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, Whiteman AFB, MO.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking small business sources to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, and Whiteman AFB, MO. The selected contractors will be responsible for operating and maintaining these facilities, which includes managing the receipt, storage, issuance, and quality control of petroleum products, as well as maintaining the associated infrastructure. This procurement is significant for ensuring the efficient operation of military fuel supply chains, with the intention to award multiple firm-fixed price contracts for a base period of four years, starting November 1, 2026, and potentially extending for an additional five years. Interested parties must submit their responses by December 26, 2025, to the designated contacts, Joel McKinney and Gordon Braxton, via email, and are encouraged to register in the System for Award Management (SAM) and Wide Area Workflow (WAWF) prior to submission.
    BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure diagnostic test kits for Theileria equi and Babesia caballi at the National Veterinary Services Laboratories (NVSL) in Ames, Iowa. The BPA aims to ensure the availability of these essential diagnostic tools to support livestock disease control efforts, with a total ceiling of $2 million for all orders over the contract period from February 1, 2024, to January 31, 2029. Interested vendors are encouraged to submit quotations by January 22, 2026, detailing their pricing, qualifications, and compliance with regulatory requirements, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors may contact Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535.
    Offutt Tank Inspection
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tank inspection services at Offutt Air Force Base, Nebraska. The procurement involves conducting API Modified Inspections on four Jet A fuel tanks, including tasks such as fuel removal, tank cleaning, and the development of strapping charts, all adhering to federal and state regulations. This contract is crucial for maintaining the integrity and safety of fuel storage facilities, ensuring compliance with environmental and safety standards. Proposals are due by December 16, 2025, at 2:00 PM CST, and interested parties should contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil for further information.
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Soybean Meal
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking quotations for 400 tons of Solvent Extracted High Protein Soybean Meal under Solicitation Number 1232SA26Q0028. The procurement requires specific protein, fiber, fat, and ash content specifications, with delivery expected by January 18, 2027, to the USMARC facility in Clay Center, Nebraska. This acquisition is crucial for supporting agricultural research and development, and it is set aside exclusively for small business concerns, with evaluation criteria based on the lowest price technically acceptable. Interested vendors must submit their quotes, including detailed pricing and compliance with specifications, by December 16, 2025, and can direct inquiries to Brian Brusky at brian.brusky@usda.gov or call 608-215-2837.
    Lagoon Aeration
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.