F--HAFE-FUEL MANAGEMENT SYSTEMS SERVICE
ID: 140P2125Q0140Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Other Building Equipment Contractors (238290)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- LEAKING UNDERGROUND STORAGE TANK SUPPORT (F109)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking proposals for the Annual Inspection, Testing, and Calibration of Fuel Monitoring Systems Equipment at Harpers Ferry National Historical Park. The procurement aims to ensure compliance with environmental regulations by maintaining the operational integrity of various fuel monitoring systems across multiple park facilities. This contract, set aside for small businesses under NAICS code 238290, will cover services for seven leak detection systems and automatic tank gauges, with an initial term of one year and options for up to four additional years. Interested contractors must submit their proposals electronically by August 21, 2025, and are encouraged to direct inquiries to Sheila Spring at Sheila_Spring@nps.gov or by phone at 304-535-6239.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the locations and specifications of fuel monitoring systems employed by HAFE (Harpers Ferry National Historical Park) for managing various fuel types across its facilities. It specifies the different models of Veeder-Root systems in use, including the TLS - 350 for gas and diesel tanks at the Maintenance Shop, and TLS - 300C systems servicing heating fuel at locations such as Cook Hall and Morrell House. The document includes serial numbers for each system, ensuring precise tracking and maintenance of equipment. The information is structured by location, detailing the specific equipment servicing the park’s vehicles, facilities, and heating requirements. This inventory serves as a key resource for maintaining compliance and operational efficiency within the park, highlighting HAFE's careful management of fuel systems crucial for its operations and infrastructure.
    The ATG Testing Report Form outlines procedures for testing automatic tank gauges (ATGs) at facilities to ensure compliance with West Virginia Department of Environmental Protection (WVDEP) regulations. The report must be completed within 30 days of testing and submitted to the facility owner/operator alongside detailed testing procedures and logs. The document includes sections for facility information, testing contractor details, and specific testing parameters, such as the functionality of the ATG system, including its manufacturer, model, and the functionality of alarms and battery backups. Results are categorized as "Pass" or "Fail," with strict requirements stipulating that any failure in pressure/vacuum tests signifies a failed test overall—regardless of the manufacturer's criteria. Key verification checks include product and water levels, probe condition, alarm status, and float movement. Any failed probes or ATGs must be promptly reported to WVDEP for necessary repairs or replacements. The form emphasizes the critical nature of accurate reporting and compliance within environmental safety oversight. This documentation plays a crucial role in maintaining environmental standards in accordance with state regulatory requirements.
    The document outlines the certification process for an Aboveground Storage Tank (AST) inspection, affirming that the tank is fit for service as per West Virginia's regulatory standards (WV CSR 47-63). Qualified individuals, including tank owners or certified representatives, must conduct an evaluation and certify that there have been no significant changes since the last inspection. The certification verifies that the AST complies with necessary regulations and includes a thorough documentation of any deficiencies identified during the evaluation. This document serves as part of regulatory compliance for AST inspections, ensuring safety and environmental protection within federal and state guidelines. Key details include the certification by the inspecting individual, their qualifications, contact information, and a section for documenting the tank's status and related specifics, emphasizing the importance of annual inspections and ongoing safety assurances for AST systems.
    The document serves as an Annual Inspection Certification for Aboveground Storage Tanks (ASTs) indicating that a tank system has been deemed "Not Fit for Service" as per West Virginia regulations (WV CSR 47-63). A qualified individual or the tank owner/operator certifies the condition of the AST, affirming that it does not meet integrity standards or has undergone detrimental changes affecting its serviceability. The evaluation identifies deficiencies, requires immediate measures to address these issues, and outlines a timeline for necessary repairs or removal of the tank. The document collects relevant information including the certifying individual's credentials, the tank owner's details, and specific AST identifiers. This certification is essential to ensure compliance with regulatory standards and to promote safety and environmental protection in managing storage tanks. The emphasis on thorough documentation and immediate corrective actions underscores the importance of maintaining tank integrity to prevent potential hazards.
    The document is an amendment to Solicitation Number 140P2125R0140 regarding the Annual Inspection, Testing, and Calibration of Fuel Monitoring Systems Equipment for Harpers Ferry National Historical Park. The amendment responds to inquiries received prior to the original deadline, announces a second site visit on July 31, 2025, and extends due dates for questions and proposals. Key details include: tank sizes across various locations, clarification that contractors will not supply paper for Veeder Roots, and that repairs are not included in the contract. Questions are due by August 7, 2025, and proposals must be submitted electronically by August 21, 2025. Offers submitted through unauthorized methods will not be considered, reinforcing the importance of communication through designated channels. The document highlights stringent adherence to procedural rules and clear expectations for potential contractors, ensuring a structured approach to the procurement process.
    Amendment 0002 to Solicitation Number 140P2125Q0140, issued by DOI, NPS, HFC - Acquisition Management and NPS, WASO - WCP Contracting, addresses the Annual Inspection, Testing, and Calibration of Fuel Monitoring Systems Equipment for Harpers Ferry National Historical Park. The amendment, effective July 7, 2025, and with an offer receipt date of August 8, 2025, responds to questions from potential offerors. Key responses include the unknown date of the last compliance test (not done in at least 3 years) and no scheduled future testing. It clarifies that pricing must include all systems listed in the scope of work, even unpowered tank monitors, with deficiencies to be reported to the COR as per paragraph 2.2. All other terms and conditions of the original solicitation remain unchanged.
    This document is a combined synopsis and solicitation for providing annual inspection, testing, and calibration services for fuel monitoring systems at Harpers Ferry National Historical Park. Issued as Solicitation Number 140P2123Q0140, it is intended for small business contractors under NAICS code 238290, with a firm-fixed price contract anticipated as a result. The selected contractor will be responsible for labor, materials, and travel necessary for inspecting seven leak detection systems and automatic tank gauges across six park facilities. Interested parties are instructed to submit proposals via email by August 7, 2025, and must be registered in the System for Award Management (SAM). The procurement aligns with environmental regulations mandated by the West Virginia Department of Environmental Protection. The work includes comprehensive testing and calibration procedures, detailed documentation of findings, and adherence to safety and health standards. The contract encompasses an initial year with options for up to four additional years of maintenance services, highlighting the government’s commitment to regulatory compliance and operational safety in managing fuel systems within the park's facilities.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    H391--Underground Storage Inspection & Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified small businesses to provide underground and aboveground storage tank inspection and maintenance services for the VA Northern Indiana Healthcare System, specifically at the Marion and Fort Wayne campuses. The procurement involves comprehensive services including compliance checks, leak detection, and maintenance in accordance with Indiana's Storage Tank Rules and other applicable regulations. This contract, which includes a base year and four option years, is critical for ensuring the safety and compliance of the VA's fuel storage systems. Interested vendors must submit their quotes by January 5, 2026, at 1 PM EST, and direct any questions to Contract Specialist Tiera Sims at tiera.sims@va.gov by December 17, 2025, at 3 PM EST.
    Offutt Tank Inspection
    Buyer not available
    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.
    J091--Fuel Quality Maintenance/Resupply Services Ann Arbor VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Fuel Quality Maintenance and Resupply Services at the Ann Arbor VA Healthcare System in Michigan. The procurement includes a base year and four option years, focusing on services such as tank jet cleaning, fuel polishing, semi-annual water remediation, annual fuel stabilization, and fuel quality testing, with a requirement to resupply approximately 45,000-47,000 gallons of No. 2 diesel fuel across six storage tanks. These services are critical for maintaining fuel quality and compliance with industry standards, ensuring the operational efficiency of the healthcare system's fuel supply. Interested contractors should direct inquiries to Contract Specialist Cierra S. Joshua at Cierra.Joshua@va.gov, with the solicitation expected to be posted soon and the contract awarded based on proposals that meet the outlined requirements.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    C--Sources Sought Notice
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.