API 653 Fuel Tank Inspection, Barksdale AFB, LA
ID: W9128F25Q0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

INSPECTION- FUELS, LUBRICANTS, OILS, AND WAXES (H391)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for an API 653 internal inspection of a fuel tank at Barksdale Air Force Base, Louisiana. The contract requires comprehensive inspection services, including fuel disposal, tank cleaning, ultrasonic surveys, and the preparation of detailed reports, all in compliance with federal and state regulations. This procurement is critical for ensuring the safety and operational integrity of the fuel storage facility, which plays a vital role in military operations. Interested contractors must submit their quotes by November 5, 2024, at 2:00 PM CDT, and can direct inquiries to primary contact Euemduan Osmera at euemduan.c.osmera@usace.army.mil or secondary contact Jae Chang at jae.chang@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) issued for the Internal Tank Inspection Service at Barksdale Air Force Base (AFB), Louisiana, under contract item numbers 0001 and 0002. The first item involves a comprehensive API Out-of-Service inspection of an internal tank, encompassing activities such as a kick-off meeting, fuel disposal, tank cleaning, wiper seal replacement, ultrasonic surveys, and the preparation of DRAFT and FINAL reports. The second item specifies the replacement of wiper seal and pan penetration seals in accordance with the performance work statement (PWS). Both services are categorized as fixed-price (FFP) contracts and require completion at the designated base. The document serves as a formal solicitation for qualified contractors to provide the specified inspection and maintenance services, ensuring compliance with safety and operational standards for military facilities. This RFP reflects the government's initiative to maintain its infrastructure effectively while adhering to environmental and operational guidelines.
    This document outlines the Performance Work Statement (PWS) for a non-personnel services contract focusing on the inspection and maintenance of Department of Defense fuel tanks at Barksdale Air Force Base, LA. The contractor must execute tasks such as fuel disposal, tank cleaning, Ultrasonic and Roundness surveys, and internal inspections as specified in the contract. Additionally, the contractor is responsible for providing all necessary personnel, tools, and services while ensuring adherence to safety and environmental regulations. The statement includes details about operational hours, place of performance, security requirements, and the importance of coordinating site access and kickoff meetings with stakeholders. Specific tasks, such as the required ultrasonic inspections and coating condition surveys, must follow prescribed industry standards. Furthermore, the contractor must submit both draft and final inspection reports documenting the findings and recommendations, including a timeline for the next inspection. Overall, this document establishes the framework to ensure safe, effective management of fuel tank inspections and maintenance, highlighting the government's commitment to maintaining regulatory compliance and operational efficiency in its fuel management systems.
    The document presents the Request for Proposal (RFP) for inspecting and cleaning a fuel storage tank (CBEST #13160 SP-POL-CMP-INSPECT-FY25-BAR Tank 5932). It outlines requirements for quoters, focusing on three primary evaluation criteria: technical capability, experience, and price. Quoters must submit certification and a resume for the proposed inspector, along with references from three relevant projects completed in the last five years as either prime contractors or qualified subcontractors. These projects should demonstrate relevant experience, particularly in fuel draining, disposal, tank cleaning, and specific inspections. Quotes must include all expenses and be separate from other submissions. Importantly, the document notes that funding for this project is currently unavailable, with no awards to be made until financial resources are secured. This RFP is part of the federal and state/local initiatives aimed at procuring quality inspection and maintenance services for environmental safety and compliance.
    The attachment outlines general installation security requirements for military bases, emphasizing stringent access protocols for all personnel seeking entry. Key measures include identity proofing, comprehensive background vetting, and strict disqualification criteria related to legal and criminal history. Authorized identification documents, including valid passports and government-issued ID cards, are mandatory for entry. Contractors are responsible for ensuring their employees meet these security standards and must manage base pass documentation requirements diligently. They must communicate any changes in employment status to the Installation Security Office within 24 hours. The document also addresses procedures for individuals needing additional access during heightened security conditions and outlines responsibilities for lost badges and access passes. Overall, the focus is on maintaining a secure environment by systematically verifying identities and background histories to prevent unauthorized access, thereby supporting the broader context of federal RFPs and grants in securing military installations against potential threats.
    The document outlines the specifications and requirements for the inspection and maintenance of a Jet-A fuel tank at Barksdale Air Force Base in Louisiana. The tank, with a capacity of 1,218,000 gallons and physical dimensions of 67 feet in diameter and 46.33 feet in height, is undergoing an internal inspection. There are two 36-inch manways and all pertinent inspections and certifications, such as a roundness survey and a certified strapping chart, are required along with the replacement of the IFR seal. The document mentions that there will be 50 gallons remaining in the tank that will need to be disposed of. This information is vital in the context of federal grants and RFPs as it emphasizes the need for compliance with environmental standards and safety regulations during maintenance and inspections of significant fuel storage facilities.
    The Defense Logistics Agency's Energy Division (DLA-E) has initiated a project to construct and replace product containment areas at Fort Indiantown Gap, PA, under project number P-006858-08. The project's primary goal is to upgrade fueling facilities to prevent potential fuel releases that could contaminate the environment or cause fires. Key activities include installing secondary spill containment systems, ground vehicle refueling stations, and improving safety measures, such as emergency shutoff switches and overfill protection systems. The total cost estimate for the project is $1,150,000, with a planned completion by November 11, 2011. The project is vital for adhering to federal, state, and local standards, ensuring the safety of personnel and the environment. A comprehensive project management approach is outlined, detailing roles, responsibilities, communication plans, and quality assurance processes. Stakeholders will receive trip reports and RFPs to facilitate project execution, reflecting a commitment to completing repairs with high quality. The DLA-E seeks to mitigate risks associated with fueling operations through targeted upgrades and improved safety protocols.
    The government file outlines the status and progress of a program overseen by Program Manager Adam Ashton within a designated reporting period. It highlights key accomplishments and concerns regarding overall task orders, along with a look-ahead for future activities. The document includes a detailed status/schedule section that tracks various components of the service installation process, including inspection types, completion percentages, and critical dates for task orders, inspections, and reports. Additionally, the lessons learned section aims to distill insights from the project that can be applied to similar initiatives in the future, encouraging organizational learning. Overall, the file serves to document the project's key metrics and deliverables while providing framework reflections to enhance future project outcomes. This level of reporting is essential in the context of federal and state RFPs and grants, as it ensures adherence to timelines and compliance with regulatory standards, while also promoting transparency and accountability in governmental programs.
    The document outlines the findings from an inspection of Storage Tank No. [XXXXX] conducted by [Company Name] on [ddmmmyy] in accordance with API STD 653 guidelines. The inspection evaluated the tank's serviceability and categorized the findings into three areas: Mandatory, Short Term, and Long Term. It also recommends future inspection dates for both Out-Of-Service and In-Service tank assessments, as well as specific evaluations concerning various aspects such as UT Roundness and Corrosion. Furthermore, the document notes that state regulations relevant to API 653 inspections must be adhered to, specifying deadlines for compliance. Final documentation will be included in the closeout materials as required by the task order. The inspection was led by an API 653 Certified Inspector, ensuring adherence to quality standards and regulations. This report is integral for ensuring the safety and operational viability of the inspected tank in line with federal and state guidelines.
    The API-653 Out-of-Service Inspection Report, prepared by the US Army Corps of Engineers, outlines the comprehensive evaluation of a storage tank's integrity per API standards. It includes a structured format featuring an overview, regulatory compliance details, general tank information, inspection results, and specific recommendations. Key elements include mandatory and short-term repairs, long-term maintenance suggestions, and engineering calculations, ensuring that safety and operational standards are met. The document details inspection criteria concerning tank structure, construction, coatings, piping systems, and cathodic protection. Findings highlight areas requiring immediate remediation to prevent risks related to system integrity and environmental safety. Engineering assessments also evaluate tank settlements, thickness at critical zones, and associated appurtenances. The report serves as a critical tool for maintaining operational compliance with federal and state regulations, thereby reinforcing safety protocols essential for the protection of personnel and surrounding environments during future tank operations. Overall, this report confirms the ongoing commitment to safe and effective management of facilities within the Army Corps' jurisdiction.
    The document is a Return to Service Letter concerning the inspection of Storage Tank No. [XXXXX] conducted by [Company Name] as per API STD 653 standards. The inspection, carried out on [ddmmmyy], concluded that the tank is fit for return to service, with no immediate repairs required to ensure safety for operators, equipment, and the environment. Acknowledging compliance, the tank was officially returned to service on [date]. The letter outlines recommended future inspection timelines for both out-of-service and in-service tank evaluations, as well as any relevant state regulations regarding the same. Final documentation will be provided as part of the task order closure. The letter includes signatures from the inspector and key project contacts, confirming the tank's operational status and compliance with regulatory standards. This document serves essential bureaucratic and safety functions within government contracts for environmental and operational integrity.
    The document is an API 653 in-service inspection report for Tank 5932 located at Barksdale Air Force Base, Louisiana, prepared by Pond for the US Army Corps of Engineers. The inspection, conducted on November 19, 2019, evaluated the tank's structural integrity and compliance with relevant standards, including API 650/653 and Unified Facilities Criteria (UFC). Key findings include recommendations for mandatory and non-mandatory repairs, such as addressing coating failures, foundation cracking, and ensuring proper grounding and bonding practices. The report indicates that while no immediate mandatory repairs are necessary, several upgrades to enhance compliance and safety standards are advised. Future inspection dates are outlined, with recommendations for routine visual inspections and advanced ultrasonic testing set for specified intervals. Overall, the evaluation underscores the commitment to maintaining operational safety and environmental stewardship in alignment with federal regulations governing storage tank operations.
    The document is a combined synopsis and solicitation (RFQ Number: W9128F25Q0008) specifically designed for Service-Disabled Veteran Owned Small Businesses (SDVOSB) under NAICS 541990 for various professional services. The contract will be executed at Barksdale AFB, Louisiana, with a performance period of 180 days from contract award. Proposals are assessed based on technical capability, experience, and price, with careful evaluation to ensure the most suitable offer is selected, considering value for the government. Key provisions include a full array of clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFAR), encompassing requirements for compliance, labor standards, and anti-corruption measures. Additionally, contractors are instructed to invoice on a monthly basis for completed milestones. Interested parties must submit their quotes by 5 November 2024, at 2:00 PM CDT, to the designated contracting officers. The notice emphasizes adherence to federal regulations, aiming to ensure transparency, effective competition, and procurement integrity in government contracting.
    The document is a wage determination register from the U.S. Department of Labor under the Service Contract Act, identifying minimum wage rates for various occupations in specific Louisiana parishes. It outlines compliance requirements for contracts initiated or renewed after January 30, 2022, which mandates payment of at least $17.20 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, enforce a minimum of $12.90 per hour. The document provides detailed wage rates for numerous job titles across various sectors, including administrative support, automotive service, food preparation, and health occupations, accompanied by fringe benefits information. Additionally, it underscores employee benefits such as paid sick leave under Executive Order 13706, establishing eligibility criteria for covered contractors. It emphasizes compliance with wage standards, directives for uniform allowances, and procedures for authorizing additional classifications and wage rates. The inclusion of specific pay differentials for hazardous roles and night or Sunday work reflects the document's comprehensive coverage. Overall, this wage determination serves as an essential reference for federal contractors to ensure adherence to labor standards while promoting fair compensation for service workers in Louisiana.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    API 653 Internal Fuel Inspections, Atlantic City ANG, NJ
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for API 653 Internal Fuel Inspections at the Atlantic City Air National Guard Base in New Jersey. The contract requires comprehensive inspection services for two aboveground storage tanks (ASTs), including tasks such as fuel disposal, tank cleaning, ultrasonic testing, and the replacement of wiper seals, all in compliance with federal and state regulations. This procurement is critical for ensuring the safety and operational integrity of military fuel storage facilities, reflecting the government's commitment to environmental protection and regulatory compliance. Proposals are due by November 4, 2024, at 2:00 PM CDT, and interested contractors can contact Euemduan Osmera or Jae Chang for further information.
    Tank Farm Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking contractors for a Firm Fixed Price Contract for Tank Farm Maintenance at Tinker Air Force Base in Oklahoma. The procurement involves providing preventative and remedial maintenance for 20 pieces of equipment, ensuring compliance with API and ASME standards, and adhering to stringent safety and operational protocols. This maintenance is critical for the safe management of hazardous materials, particularly in relation to hydrogen storage and handling, reflecting the government's commitment to safety and operational efficiency. Interested contractors must submit their quotes by October 29, 2024, with the contract expected to commence on November 13, 2024. For further inquiries, contact Carol D. Castle at carol.castle@us.af.mil or call 405-761-0317.
    FUEL PROGRAM RECURRING MAINTENANCE AND MINOR REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the Fuels Recurring Maintenance and Minor Repair (RMMR) program, aimed at providing essential maintenance and repair services for federal petroleum facilities and systems. The procurement focuses on ensuring compliance with the Unified Facilities Criteria (UFC) 3-460-03, which outlines the necessary maintenance tasks for military fuel systems, including inspections, repairs, and documentation of deficiencies. This program is critical for maintaining operational readiness and safety in military fueling operations, supporting various branches of the military and the Defense Logistics Agency (DLA). Interested contractors must submit their qualifications by November 25, 2024, and can contact Felicia Stewart at felicia.stewart@usace.army.mil or Lashonda Smith at lashonda.c.smith@usace.army.mil for further information.
    Multiple Award Construction Contract for Inspection, Repair, and Renovation Construction Services for Petroleum, Oil, and Lubricant Fuel Systems at Various Locations Worldwide
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking sources for a Multiple Award Construction Contract focused on inspection, repair, and renovation construction services for Petroleum, Oil, and Lubricant (POL) fuel systems at various locations worldwide. This opportunity aims to identify capable Large and Small Businesses, including those certified by the U.S. Small Business Administration (SBA) as 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Businesses (WOSB), Veteran Owned Small Businesses (VOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with the qualifications and capacity to self-perform relevant major trade work. The services are critical for maintaining the operational integrity of fuel supply facilities, ensuring the readiness and reliability of military operations. Interested parties should contact Joseph Cook at joseph.d.cook3.civ@us.navy.mil or Olga Muna at olga.c.muna.civ@us.navy.mil for further information, as this notice serves as a market research tool and does not constitute a Request for Proposal.
    Fuels Recurring Maintenance and Minor Repair, Pacific Ocean Division Japan
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified firms to provide Fuels Recurring Maintenance and Minor Repair services for installations in the Pacific Ocean Division, Japan. This procurement aims to sustain a robust fueling capability for federal petroleum facilities and systems, ensuring compliance with relevant codes and regulations while delivering essential maintenance and repair services. The program is critical for maintaining operational readiness across military branches and includes a three-year performance period with potential extensions. Interested firms must submit their qualifications and experience by 12:00 Noon Central Time on November 18, 2024, to Jasmine Mccullough at jasmine.m.mccullough@usace.army.mil and Lashonda C. Smith at lashonda.c.smith@usace.army.mil.
    Tank, Fuel Engine
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is seeking to award a contract for the Tank, Fuel Engine, which is a source-controlled item exclusively available from Robertson Fuel System LLC. The procurement requires specialized technical and engineering expertise to meet the design space requirements and Critical Item Product Function Specification for the Tank, Fuel Engine, as the government lacks the necessary technical data for competitive procurement. Interested parties must note that this is a Sources Sought notice, not an open solicitation, and qualification testing is required to become an approved source, which does not guarantee future business opportunities. For further inquiries, interested vendors can contact Derek T. Rutkowski at derek.rutkowski@dla.mil or by phone at 586-467-1202.
    J091--CTX Fuel Polishing Service Waco
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Quote (RFQ) for CTX Fuel Polishing Services at two locations in Texas: the Central Texas Veterans Health Care Facility in Waco and the Temple VA campus. This procurement is exclusively set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and aims to ensure the maintenance and integrity of fuel used within VA facilities, complying with operational standards and safety regulations. The contract is set to begin on December 23, 2024, and will last through December 22, 2025, with options for two additional years; interested vendors must submit their quotes via email to Contract Specialist Abduel Sanford by October 31, 2024, at 10 AM Central Time, and must be registered in the System for Award Management (SAM) and verified in the Vendor Information Pages (VIP).
    Repair of Sodium Hypochlorite Storage Tanks
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking qualified small businesses to provide relining and repair services for twelve Sodium Hypochlorite storage tanks at the Dalecarlia and McMillan Water Treatment Plants, part of the Washington Aqueduct. The project involves extensive work on the tanks, including grinding off existing materials and applying new fiberglass linings to ensure structural integrity and chemical resistance. This contract is significant for small businesses, with an official Request for Proposal (RFP) anticipated to be released around October 7, 2024, and a projected performance period of 240 days. Interested parties can reach out to Clark Miller at clark.b.miller@usace.army.mil or Vincent Gier at vincent.j.gier@usace.army.mil for further information.
    29--TANK,FUEL,ENGINE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of fuel tanks for engines, specifically NSN 2910014971023, under a Combined Synopsis/Solicitation notice. The contract will involve an estimated quantity of 86 units, with a guaranteed minimum of 12, and is expected to result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total order value reaches $250,000. These fuel tanks are critical components for various military vehicles and equipment, and deliveries will be made to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil.
    F109--Underground Storage Tank (UST) Inspection
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Network Contracting Office 19, is seeking qualified vendors to conduct inspections and testing of underground storage tanks (USTs) at the Montana Veterans Affairs Healthcare System in Fort Harrison, Montana. The procurement involves performing sump sensor functionality tests, overfill valve assessments, and annual inspections on designated tanks, as well as verifying and conducting additional tests required every three years, such as hydrostatic spill bucket tests and inspections of spill prevention devices. This initiative underscores the VA's commitment to maintaining safety and compliance standards for its facilities. Interested parties are encouraged to submit their company information, including size classification and contact details, to Contract Specialist David Glanton at david.glanton@va.gov by 10:00 AM Mountain Time on November 14, 2024.