Frac Tank Rental
ID: N32253-26-Q-0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPEARL HARBOR NAVAL SHIPYARD IMFPEARL HARBOR, HI, 96860-5033, USA

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

LEASE OR RENTAL OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (W046)

Set Aside

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

    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is soliciting quotes for the rental and delivery of frac tanks and poly tanks for temporary seawater storage. The contract requires the provision of a maximum of two frac tanks with a minimum total capacity of 45,000 gallons, along with associated services such as transportation, setup, and removal of the equipment. This procurement is critical for supporting operations related to the USS Colorado SSN 788 and is set aside exclusively for small businesses, with a total contract value of up to $40 million. Interested vendors must submit their quotes by October 27, 2025, and direct any inquiries to the primary contact, Luke Dahlquist, at luke.r.dahlquist.civ@us.navy.mil, or the secondary contact, Lyndon Paloma, at lyndon.g.paloma.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the safety and health work practices for contractors at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), emphasizing the Navy's priority on worker safety. It details compliance with Federal OSHA standards, NAVSEA Standard Items, and Navy safety standards, noting that employers retain all legal obligations for employee safety. The purpose is to establish requirements for maintenance activities, ensuring contractor compliance and collaboration with PHNSY&IMF, an OSHA STAR site. Contractors must commit to an effective occupational safety and health management system encompassing management leadership, worksite analysis, hazard prevention, and training. Key requirements include submitting a safety and accident prevention plan, promptly reporting injuries and illnesses, providing annual safety data, maintaining clean work areas, ensuring personnel safety around hazardous materials, complying with PPE, understanding fire safety plans, and adhering to specific protocols for known hazards like asbestos, silica, MMVF, lead, mercury, confined spaces, and Freon.
    The Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY&IMF) has issued revised Environmental Protection Guidelines for Contractors on Facilities Projects, effective October 16, 2019. These guidelines mandate strict compliance with Federal, State of Hawaii, and local environmental regulations, including specific CFR titles, HARs, and PHNSY&IMF instructions. Contractors must appoint an Environmental Manager (EM) with a minimum of five years of experience and current training in hazardous waste management, HAZWOPER, and relevant environmental acts. The EM is responsible for ensuring compliance, managing waste, conducting training, and maintaining environmental records. Contractors must also complete the Environmental Compliance Assessment, Training and Tracking System (ECATTS) and attend a Contractor Environmental Brief. An environmental protection plan, addressing various aspects such as waste management, storm water control, and spill prevention, is required within 45 days of contract award. The guidelines detail procedures for hazardous materials, spill prevention and reporting, clean water (including dry dock and storm water controls), industrial wastewater, hydroblasting, sandblasting, construction and demolition waste, construction site runoff control, in-water work, clean air (painting, ODS), and waste management for hazardous, non-regulated, asbestos, and PCB wastes. Daily inspections and immediate correction of non-compliances are mandatory. Contractors are responsible for all fines and penalties resulting from non-compliant actions.
    This document outlines contractor security requirements for accessing sensitive areas within PHNSY&IMF, including the Controlled Industrial Area (CIA), Security Islands (SI), Controlled Nuclear Information Areas (CNIA), and Nuclear Work Areas (NWA). Key requirements include U.S. citizenship for all personnel, special authorization for foreign-owned companies, and specific Shipyard Access Control Badges (SACBs) based on access needs. Contractors must have DOD Facility Clearances (FCLs) and Personnel Clearances (PCLs) for unescorted access to more sensitive areas. Detailed procedures for visit requests, vehicle access, work hours, and accountability of SACBs are provided. The document also addresses restrictions on photography, portable electronic devices (PEDs), and material handling, emphasizing strict adherence to security protocols and immediate reporting of incidents.
    This document outlines the Operations Security (OPSEC) contract requirements for contractors working with the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF). It defines OPSEC as a process to protect sensitive Critical Information (CI) from adversaries, whether classified or unclassified. Contractors are responsible for preventing inadvertent disclosure of CI, including Personally Identifiable Information (PII), operational schedules, and equipment details. An OPSEC plan may be required, depending on the contract's nature. Key requirements prohibit publicizing CI in corporate communications or social media, transmitting CI to personal email accounts, and require reporting unauthorized disclosures. The document also details the PHNSY&IMF Camera and Personal Electronic Device (PED) Policy, restricting their use in shipyard areas. Countermeasures include limiting verbal discussions, restricting photography, shredding sensitive documents, and proper badge management. Non-compliance can lead to contract termination or criminal prosecution.
    The Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) requires a contractor to provide temporary seawater storage tanks and associated services. The contractor must deliver two 22,000-gallon tanks or an equivalent configuration, ensuring a minimum total capacity of 45,000 gallons, to a TBD location at PHNSY&IMF. Responsibilities include transportation, setup, and removal of all equipment, labor, tools, and materials. All personnel must be US citizens or nationals, pass background checks, and comply with strict security, environmental, and safety regulations, including those concerning Portable Electronic Devices (PEDs) and vehicle passes. The government will not provide any equipment or services. Work will be performed during normal business hours, excluding federal holidays, with clear identification of contractor status to avoid confusion with government personnel.
    This government solicitation, N3225326Q0007, from the Pearl Harbor Naval Shipyard & IMF, is for a Women-Owned Small Business (WOSB) to provide frac tanks and poly tanks for temporary seawater storage for the USS Colorado SSN 788. The contract is a Firm Fixed Price arrangement with a total award amount of USD 40,000,000.00. The performance period is from November 3, 2025, to July 9, 2026. The solicitation details requirements for supplies, services, inspection, acceptance, and delivery, along with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. It also includes specific instructions for electronic invoicing via the Wide Area WorkFlow (WAWF) system and lists government points of contact. Funds for this contract are contingent upon availability.
    The "Register of Wage Determinations under the Service Contract Act" details minimum wage requirements for federal contractors, including a minimum of $17.75 per hour for contracts effective after January 30, 2022, and $13.30 for earlier contracts not extended after this date. It also outlines specific occupations, their corresponding wage rates, and fringe benefits, particularly in Hawaii, while emphasizing compliance with Executive Orders regarding sick leave and contractor obligations. Additionally, the document describes the conformance process for unlisted job classifications to ensure appropriate wage rates are applied.
    Lifecycle
    Title
    Type
    Frac Tank Rental
    Currently viewing
    Solicitation
    Similar Opportunities
    Purchase New Liquid Nitrogen Tank
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    USS CANLEY Oily Waste Removal
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking qualified contractors for the removal of oily waste from the USS JOHN L. CANLEY (ESB-6) at Naval Base Pearl Harbor, Hawaii. The contractor will be responsible for identifying, handling, storing, transporting, and disposing of approximately 15,000 gallons of oily waste, which consists of about 5% oil (primarily diesel fuel and engine lube oil) and 95% fresh water, with no known hazardous materials present. This procurement is set aside for small businesses, with a firm-fixed price purchase order anticipated, and quotes are due by December 8, 2025, at 10:00 AM Pacific Time. Interested parties should contact Matthew Bruce at matthew.s.bruce5.civ@us.navy.mil or Rey Estrada at amador.r.estrada.civ@us.navy.mil for further details.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is soliciting proposals for fresh water and septic services for portable restroom trailers located in Indian Head, Maryland. The procurement involves providing weekly septic tank services for two 500-gallon black water tanks and delivering non-potable water to replenish 275-gallon tanks at the same sites, with a base performance period of 365 days and four optional years. These services are critical for maintaining sanitation and hygiene at temporary restroom facilities, ensuring compliance with safety and health regulations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000, and can direct inquiries to Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    400-Gallon Water Tanker Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for the procurement of twenty (20) 400-gallon water tanker trailers on behalf of the Department of Navy. These trailers must meet stringent Military and Society of American Engineer standards, featuring a 304L stainless steel tank, robust suspension, and capabilities for air transport, ensuring they are suitable for both tactical and commercial use. Interested vendors must submit their quotes electronically by December 12, 2025, and direct any questions by December 9, 2025, to the primary contact, John E. (Ed) Hodges, at john.hodges@gsa.gov. This opportunity is set aside for small businesses, and all submissions must comply with the requirements outlined in the attached documents.
    RFI - Collapsible Fabric Tanks (3k, 20k, 50k, 210k US gallon)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a Request for Information (RFI) to identify potential vendors for collapsible fabric tanks with capacities of 3,000, 20,000, 50,000, and 210,000 US gallons. This market research aims to gather insights on the capabilities and qualifications of both small and large businesses that can manufacture these storage tanks, which are critical for various military logistics and operational needs. Interested companies are encouraged to submit their qualifications and responses to a detailed questionnaire by December 9, 2025, at 10:00 EST, via email to Lyndsey Pena at lyndsey.m.pena.civ@army.mil. All submissions should clearly mark proprietary information, and the government will ensure confidentiality for appropriately marked data.
    Synopsis W912CH-25-R-0176 - Collapsible Fabric Tanks (3k, 20k, 50k, 210k US gallon)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is preparing to solicit a 5-Year Firm Fixed Price Contract for the procurement of Collapsible Fabric Tanks in various sizes (3k, 20k, 50k, and 210k US gallons). These tanks are essential for military operations, adhering to the Military Performance Specification MIL-PRF-32233D, and will be procured under solicitation number W912CH-25-R-0176. Interested vendors must be registered in the System for Award Management (SAM) and are advised to monitor the solicitation's electronic posting for updates and amendments, as the solicitation is expected to be released in approximately fifteen days. For further inquiries, potential bidders can contact Lyndsey Pena at lyndsey.m.pena.civ@army.mil.
    Tanker Voyage Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a clean, approved double-hull tanker capable of transporting a minimum of 240,000 barrels of JA1 fuel. The vessel must meet specific requirements, including an Inert Gas System (IGS), Segregated Ballast Tanks (SBT), and adhere to defined dimensions, with a maximum length overall of 200 meters and a deadweight tonnage of 50,000 MT. This procurement is critical for ensuring the safe and efficient transportation of fuel along the route from Onsan, Korea, to Mesaieed, Qatar, and Sitra, Bahrain, with laydays scheduled for January 7-8, 2026. Interested parties should submit their proposals and detailed vessel information to the primary contact, Brandon Page, at brandon.a.page.civ@us.navy.mil, or reach out to the secondary contact, Eric Hatcher, at ERIC.N.HATCHER2.CIV@US.NAVY.MIL, for further inquiries.
    Rental of (1) Diesel Ultra High Pressure (UHP) Trailer 20K PSI/20 GPM and component parts
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for the rental of a Diesel Ultra High-Pressure (UHP) Trailer capable of delivering 20,000 PSI and 20 gallons per minute, along with associated services for a duration of 13 weeks, with a potential extension of 2 weeks. The UHP system must be trailer-mounted, diesel-powered, and designed for outdoor operation in extreme temperatures, incorporating specific safety features and components. This procurement is critical for supporting various operational needs at the shipyard, and contractors will be responsible for maintenance, repairs, and training of government personnel. Proposals are due by December 25, 2025, at 8:00 AM ET, and interested vendors must submit their quotes via email to David Ham at david.m.ham7.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Rental of one (1) Nitrogen Trailer
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting bids for the rental of one high-pressure nitrogen gas tube trailer. The procurement aims to secure a temporary rental solution that meets specific operational requirements for High-Pressure Nitrogen Flasks Charging Operations, with the trailer needing to supply nitrogen at pressures between 2000-4500 psig and volumes ranging from 27,000 to 81,556 scf. This equipment is crucial for maintaining operational efficiency at the shipyard located in Kittery, Maine. Interested small businesses must submit their quotations by December 12, 2025, at 3:00 PM EST, with the rental period commencing on January 6, 2026, and an option for extension until August 10, 2026. For further inquiries, potential bidders can contact Christie Ashcraft at christie.j.ashcraft.civ@us.navy.mil or Alyssa Cress at alyssa.a.cress.civ@us.navy.mil.
    29--TANK,FUEL,ENGINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of fuel tanks for engines, specifically NSN 2910014418611. The solicitation includes a requirement for five units, with the possibility of an Indefinite Delivery Contract (IDC) that may last for one year or until the total orders reach $350,000, with an estimated four orders per year. These fuel tanks are critical components for various military vehicles and equipment, ensuring operational readiness and efficiency. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.