API Fuel Tank Inspection - Wright Patterson, AFB
ID: W9128F25QA018Type: 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

EQUIPMENT AND MATERIALS TESTING- FUELS, LUBRICANTS, OILS, AND WAXES (H291)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for the API Fuel Tank Inspection project at Wright Patterson Air Force Base in Ohio. The procurement involves comprehensive inspection services for fuel tanks, including the removal and disposal of remaining fuel, cleaning, and conducting internal inspections in accordance with API 653 and NFPA standards. This initiative is critical for ensuring the structural integrity and compliance of military fuel storage facilities, thereby safeguarding operational safety and environmental protection. Interested contractors must submit their quotes by November 5, 2024, at 2:00 PM CDT, and can direct inquiries to Charles Thirsk at Charles.Thirsk@usace.army.mil or Jae Chang at jae.chang@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) for API Out-of-Service Tank Inspection Services at Facility 7272. The primary task includes conducting a kick-off meeting, transferring and removing fuel, cleaning the tank, performing the inspection, containment testing, and producing draft and final reports, specified as a fixed-price package. Additionally, there is an optional service regarding the removal and disposal of excess fuel under certain conditions, capped at 1,200 gallons per purchase order. This proposal is essential for ensuring compliance with environmental and safety regulations concerning the management of out-of-service fuel tanks, providing transparency and accountability in the disposal processes. The structure of the document includes item numbers, descriptions, quantities, unit prices, and terms of service, emphasizing the comprehensive approach to hazardous material handling.
    The document outlines a non-personnel services contract for inspecting Department of Defense fuel tanks located at Wright Patterson AFB in Dayton, OH. The primary scope of work includes the removal, disposal, and transfer of remaining fuel, cleaning of the tanks, and conducting internal inspections in compliance with applicable standards such as API 653 and NFPA regulations. The contractor is responsible for providing all necessary resources, coordinating with installation personnel, and preparing detailed reports, including a Coating Condition Survey (CCS) and a final inspection report post-inspection. Security requirements and specific governmental furnished properties, namely a diesel fuel tanker, are also detailed. Key milestones include the preparation of a Project Management Plan within 15 days of the award and conducting inspections, with a kick-off meeting mandated before mobilization. Emphasized throughout are health and safety procedures, environmental compliance, and the organization of findings into actionable recommendations for each tank inspected. The contract aims to ensure fuel tank integrity and safety, reflecting the military's commitment to regulatory adherence and operational readiness.
    This federal solicitation outlines requirements for potential contractors submitting proposals to the U.S. Army Corps of Engineers. Offerors must provide company details as recorded in the System for Award Management (SAM), submit offers electronically to specified email addresses, and ensure adherence to a five-page limit for their proposals. Essential components of the submission include the solicitation number, contact information, technical capability, past performance references, and a statement of agreement with the solicitation terms. The document emphasizes the contractor's capability in tasks such as draining and disposing of fuel, cleaning tanks, and performing certain inspections. It also highlights that the contract award will be contingent upon the availability of funds and requires bidders to provide three relevant past project references. Furthermore, it stresses the tax status of the organization regarding state and local taxes, clarifying that the Army Corps is exempt but contractors are not. This solicitation serves as a formal request for proposals aimed at securing contractors with the necessary technical expertise for specific operational services.
    The document outlines the General Installation Security Requirements for military installations, emphasizing stringent entry protocols to uphold security. All personnel seeking access must undergo identity proofing and vetting or possess a valid government security clearance. Identification criteria include a range of government-issued documents, with additional documentation required during heightened security conditions. The prime contractor bears the responsibility for employee conduct, ensuring compliance with these regulations, and notifying authorities of any status changes. Access can be denied based on specific disqualifying factors, including criminal history, immigration issues, or suspicious activities. Procedures for obtaining and managing base passes are detailed, outlining necessary documentation and protocols for lost or stolen passes. The security framework is reinforced during increased Force Protection Conditions (FPCON), mandating added precautions for access and workspace safety. This document serves as a critical guide for contractors and employees regarding security measures, legal compliance, and operational procedures within military installations, reflecting the government’s commitment to safeguarding sensitive environments.
    The document presents specifications for a fuel storage tank inspection project at Wright Patterson Air Force Base in Ohio. It includes key details like the facility number (7272), tank capacity (210,000 gallons), tank dimensions (diameter: 34 feet, length/height: 30 feet), and indicates that the tank is not subject to any underground tank regulations (UT: No). The inspection type is internal, and it is required to conduct a roundness survey and obtain certified strapping charts. The project necessitates the replacement of the IFR seal and outlines the amount of fuel (1,200 gallons) that is to be transferred based on purchase orders. The document aims to ensure compliance with safety and regulatory measures during fuel storage tank operations. Overall, it reflects the government's attention to maintenance and safety of fuel storage facilities as part of its procurement and compliance efforts.
    The Defense Logistics Agency Energy Division (DLA-E) initiated Project Number P-006858-08 to construct product containment areas and replace secondary containment systems at Fort Indiantown Gap, PA. With a budget of $1,150,000, the project's primary goal is to address deficiencies in fueling facilities to prevent potential environmental hazards, including fuel contamination of soil and groundwater and fire risks. Key objectives include the installation of secondary spill containment, ground vehicle refueling stations, and necessary upgrades compliant with all relevant regulations. The project, led by US Army Corps of Engineers Project Manager Rick Rivera, is expected to be completed by November 11, 2011. It involves various stakeholders, showcasing interdepartment collaboration for engineering, project management, budgeting, and contracting. The document outlines planning, resource, and quality management strategies to ensure project efficacy and safety, emphasizing adherence to all federal, state, and local standards. This effort reflects the government's commitment to environmental protection and operational safety in military fuelling operations.
    The document outlines the status report for a government task order managed by Program Manager Adam Ashton. It captures the overall project status, key accomplishments, and emerging concerns, providing a month-ahead outlook. The status/schedule section details critical aspects, including the type of inspection, site code, and completion percentage for various services, along with important dates related to inspections and reports. Additionally, the lessons learned section aims to distill insights from the project, emphasizing organizational learning rather than specific action points previously mentioned. This structured report serves to inform stakeholders about project progress, highlight achievements, address potential issues, and improve future project management practices related to federal grants and local/state RFPs. Overall, it represents a systematic effort to enhance accountability and efficiency within government operations.
    The document outlines the findings from an inspection of a fuel storage tank, conducted as per API 653 standards. The inspection, performed by [Company Name] on [date], categorizes the findings into three priority levels: Mandatory, Short Term, and Long Term. It specifies future inspection timelines for both out-of-service and in-service conditions, ensuring compliance with regulatory requirements. Additionally, state regulations pertaining to these inspections are referenced, establishing deadlines for submission. The final inspection documents will be included in the project’s close-out documentation as required by the task order. This report is essential for maintaining safety and regulatory compliance regarding fuel storage maintenance, underpinning the government's accountability in environmental oversight.
    The API-653 Out-Of-Service Inspection Report prepared by the US Army Corps of Engineers details the assessment and condition of a storage tank in accordance with API 653 standards. The report includes comprehensive sections such as general tank information, inspection observations, and findings that require immediate, short-term, or long-term repairs. Key findings indicate mandatory repairs to prevent imminent risks, alongside recommendations for future inspections based on both federal and state regulations. Detailed appendices provide engineering calculations, inspection checklists, and photographic documentation of the tank. The aim of the inspection is to ensure compliance with safety and environmental standards, guiding necessary maintenance actions and facilitating the continued safe operation of the facility. This document highlights critical aspects of tank integrity assessment recognized in government RFPs and grants, underlining the importance of regulatory adherence in infrastructural maintenance.
    The document is a Return to Service Letter for a storage tank inspection, confirming that the tank meets serviceability standards in compliance with API 653 regulations. Conducted by [Company Name] on [date], the inspection found the tank suitable for operation with no urgent repairs needed to mitigate risks to personnel, equipment, or the environment. It notes the tank's return to service, along with scheduled future inspections, including both out-of-service and in-service evaluations. The document outlines the relevant state regulations applicable to these inspections and emphasizes that final documentation will be included in the task order's closeout process. The letter is signed by a qualified API 653 Certified Inspector, along with acknowledgments from the installation point of contact and a USACE project manager. This inspection report reflects the government’s commitment to safety and regulatory compliance within infrastructure management projects, which fall under federal and state grant frameworks.
    The API-653 In-Service Inspection Report for Tank #272 at Wright Patterson Air Force Base, conducted on September 27, 2022, evaluates the tank's structural integrity and compliance with federal and military standards. Findings reveal significant issues, including the absence of a grounding cable, extensive damage to secondary containment, and multiple instances of paint coating failure on both the tank and its appurtenances. Mandatory repairs are needed to mitigate risks, such as improving grounding and repairing the containment access stairway. Suggested short-term repairs relate to compliance with NFPA standards, while long-term recommendations propose enhancements to the tank's access systems and internal structure, addressing inadequacies in fire protection and maintenance accessibility. The final evaluation indicates that the tank has over 30 years of remaining shell life, thus emphasizing the need for timely maintenance to ensure operational safety and environmental protection. This inspection report showcases the importance of rigorous adherence to safety standards in military facilities, highlighting the need for ongoing oversight and investment in infrastructure integrity.
    This document is a combined synopsis and solicitation for a Request for Quote (RFQ) Number: W9128F25QA018, aimed at acquiring commercial products or services following the federal guidelines. It is a 100% Small Business Set-Aside under NAICS: 541990. The project will take place at Wright Patterson Air Force Base in Dayton, OH, with a period of performance of 180 calendar days post-award. Quotations will be evaluated based on three primary criteria: Technical Capability, Experience, and Price, aiming to select the lowest-priced, technically acceptable offeror. Various Federal Acquisition Regulation (FAR) clauses and provisions are applicable, emphasizing compliance with labor standards and prohibitions related to certain contractors and entities. The submission deadline for quotes is set for November 5, 2024, at 2:00 PM CDT, with detailed inquiries directed to designated contacts. This solicitation emphasizes the government's commitment to ensuring a fair and competitive bidding process while supporting small businesses.
    The document outlines the Wage Determination No. 2015-4731, issued by the U.S. Department of Labor under the Service Contract Act, specifying minimum wage requirements for service contracts in the state of Ohio, particularly in Greene, Miami, and Montgomery counties. It details wage rates effective in 2025, emphasizing a minimum of $17.75 per hour for contracts entered after January 30, 2022, due to Executive Order 14026, and $13.30 per hour for those awarded between January 2015 and January 2022 under Executive Order 13658, unless higher rates apply. The document lists a varied set of occupations along with specific wage rates and fringe benefits, emphasizing health and welfare provisions, vacation, and holiday entitlements. It requires compliance with paid sick leave under EO 13706 for applicable contracts. Additional stipulations denote that contractors must classify any unlisted occupations using a conformance process. The conjunction of these regulations aims to ensure fair compensation and working conditions for employees under government contracts, reinforcing the government's commitment to upholding labor standards in federally funded projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    API 653 Fuel Tank Inspection and Maintenance – Robins AFB, Georgia
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for the inspection and maintenance of fuel tanks at Robins Air Force Base in Georgia. The contract involves comprehensive services including the removal and disposal of fuel, tank cleaning, wiper seal replacement, and detailed internal and external inspections in accordance with API 653 and NFPA standards. This procurement is critical for ensuring the safety, operational readiness, and environmental compliance of the military's fuel storage facilities. Interested contractors must submit their proposals by November 5, 2024, and can direct inquiries to Charles Thirsk or Jae Chang via email for further information.
    API Fuel Tank Inspection - Moody AFB, GA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses to conduct API fuel tank inspections at Moody Air Force Base in Georgia. The contract involves performing external inspections on aboveground storage tanks, ensuring compliance with industry standards and environmental safety regulations, while requiring the contractor to provide all necessary resources, including personnel and equipment. This procurement is critical for maintaining the integrity and safe operation of fuel storage facilities, reflecting the government's commitment to regulatory compliance and environmental protection. Interested parties must submit their proposals electronically by November 5, 2024, and can direct inquiries to Charles Thirsk at Charles.Thirsk@usace.army.mil or Jae Chang at jae.chang@usace.army.mil.
    Fort Novosel, AL Tank Inspection
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for tank inspection services at Fort Novosel, Alabama, under a combined synopsis and solicitation notice. The procurement aims to secure professional services for the inspection, cleaning, and maintenance of various aboveground storage tanks, ensuring compliance with federal, state, and local regulations. These inspections are critical for maintaining the integrity and safety of fuel storage systems, which play a vital role in military operations and environmental protection. Interested contractors must submit their proposals by March 4, 2025, at 2:00 PM CDT, and can direct inquiries to MAJ Minh Thu Vu at minhthu.t.vu@usace.army.mil or 402-995-2892.
    Unfired Pressure Vessel (UPV) Inspections
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for Unfired Pressure Vessel (UPV) inspections at F.E. Warren Air Force Base in Wyoming. The contract aims to secure inspection services for 27 UPVs, requiring the contractor to provide management, tools, and labor while ensuring compliance with federal and state regulations. These inspections are critical for maintaining safety and operational integrity of the vessels, which play a vital role in military operations. The total award amount for this contract is $11,500,000, and interested parties, particularly women-owned small businesses, must submit their proposals in accordance with the outlined requirements by the specified deadlines. For further inquiries, potential bidders can contact Rebecca Behne at rebecca.behne@us.af.mil or Andrew Graef at andrew.graef.1@us.af.mil.
    Underground Storage Tank Inspection/Testing Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Underground Storage Tank Inspection and Testing Services at Malmstrom Air Force Base in Montana. The contract requires a licensed third-party inspector to conduct compliance inspections and testing of underground storage tanks, adhering to both federal and Montana regulations, with inspections mandated every three years and annually. This procurement is critical for ensuring environmental safety and operational integrity at military installations, particularly in managing petroleum substances. The total award amount for this firm-fixed price contract is $19,500,000, with the initial delivery period set from March 3, 2025, to March 2, 2026, and multiple option periods extending until March 2030. Interested parties can contact Randolph Foote at randolph.foote.1@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil for further information.
    AST, UST, Tank and Generator Inspection Services
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for inspection services related to Aboveground Storage Tanks (ASTs), Underground Storage Tanks (USTs), and generators at its facilities in Seattle and American Lake, Washington. The contract, valued at approximately $19 million, includes monthly visual inspections and comprehensive annual assessments, with a strong emphasis on compliance with federal, state, and local environmental regulations. These services are crucial for ensuring the safety and integrity of fuel storage systems, thereby minimizing environmental hazards and ensuring public safety. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by the new deadline of March 7, 2025, and can contact Derek Crockett at derek.crockett@va.gov or 360-816-2760 for further information.
    29--TANK,FUEL,ENGINE
    Buyer not available
    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 under the solicitation titled "29--TANK,FUEL,ENGINE." This opportunity is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 336310, which pertains to Motor Vehicle Gasoline Engine and Engine Parts Manufacturing. The fuel tanks are critical components for military vehicles, ensuring operational readiness and efficiency. Interested parties should direct any inquiries to the buyer listed in the solicitation document, and can find additional information by visiting the DLA's website or contacting them via email at DibbsBSM@dla.mil.
    Fuel Service Cart
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Fuel Service Cart under solicitation FA441925Q0019. The contract is set aside for small businesses and requires the provision of a HandiFueler Ground Support Cart or an equivalent product, which must meet specific technical specifications including a 600-gallon double-walled stainless steel tank and aviation-grade filtration systems. This equipment is crucial for fuel dispensing operations at Altus Air Force Base in Oklahoma, ensuring efficient and safe fuel management for military aircraft. Interested vendors should submit their proposals, including technical capabilities and pricing, to the designated contacts Desmond Davis and Karlray B. Ambrosio by the specified deadlines, ensuring compliance with all outlined requirements and regulations.
    Multiple Award Construction Contract for Inspection, Repair, and Renovation Construction Services for Petroleum, Oil, and Lubricant Fuel Systems at Various Locations Worldwide
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFAC Systems and Exp Warfare Center, is seeking contractors for a Multiple Award Construction Contract focused on inspection, repair, and renovation construction services for petroleum, oil, and lubricant fuel systems at various locations worldwide. This procurement aims to ensure the operational integrity and reliability of critical fuel supply facilities, which are essential for military operations and logistics. Interested contractors should note that the NAICS code for this opportunity is 237120, and the PSC code is Z2NA, indicating a focus on the repair or alteration of fuel supply facilities. For further inquiries, potential bidders can contact Joseph Cook at joseph.d.cook3.civ@us.navy.mil or by phone at 805-982-2373, or reach out to Olga Muna at olga.c.muna.civ@us.navy.mil or 805-982-3038.
    WATER TANK INSPECTION & ASSESSMENT WORLDWIDE
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking qualified architect-engineer firms for a five-year contract focused on water tank inspection and assessment services worldwide. The contract will facilitate multiple task orders aimed at supporting Sustainment, Restoration, and Modernization (SRM) projects, which include pre-bid inspections, structural analyses, and the development of engineering reports and specifications, all conducted under the oversight of licensed professionals. This initiative underscores the Navy's commitment to maintaining the integrity of its infrastructure and ensuring compliance with industry standards while prioritizing safety and regulatory adherence in operations involving water storage facilities. Interested parties can contact Marian Basa at marian.c.basa.civ@us.navy.mil or Antonio Arias at antonio.m.arias.civ@us.navy.mil for further details, with a minimum funding guarantee of $10,000 and individual task orders averaging between $20,000 and $100,000.