CLEANING/INSPECTION OF PARK WATER TANKS FOR FORT P
ID: 140P5225Q0007Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICESER WEST(52000)TUPELO, MS, 38804, USA

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINTENANCE OF WATER SUPPLY FACILITIES (Z1NE)

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 a qualified contractor for the cleaning and inspection of water tanks at Fort Pulaski National Monument. The project involves cleaning one 10,000-gallon tank and one 15,000-gallon tank, adhering to ANSI/AWWA C652-11 standards, and ensuring water safety through bacteriological testing, all without the use of chemicals. This procurement is crucial for maintaining safe potable water supply systems within the park, reflecting the government's commitment to public health and safety. Interested small businesses must submit their proposals by the specified deadline, with a performance period concluding on May 30, 2025, and can contact Tara Clark at Tara_Clark@nps.gov or 662-372-0363 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the requirements for submission regarding past experience and performance as part of a government solicitation, specifically Solicitation No. 140P5225Q0007. Offerors are required to list up to ten relevant projects completed in the past five years, providing detailed information about each project, including location, ownership, value, scope of work, and performance remarks. It emphasizes transparency regarding past performance, urging offerors to disclose any issues and describe corrective actions taken to avoid unfavorable evaluations. Additionally, the document asks for qualifications of key personnel involved in the project and details about proposed subcontractors, including their licenses and the nature of their work scope. There is a requirement for subcontractor references, highlighting their past work similar to the solicitation’s demands. Transparency and honesty are key themes throughout the document, with an acknowledgment that any discrepancies or failures to disclose issues could negatively impact assessments. The overall purpose is to evaluate the offeror's capability and reliability in fulfilling the contractual obligations posed by the solicitation. This process aims to ensure accountability and foster trust in government contracting.
    The document is a Request for Quotation (RFQ) for cleaning and inspecting potable water tanks at Fort Pulaski National Monument, identified as solicitation number 140P5225Q0007. It aims to procure services from a small business in compliance with defined federal acquisition regulations. The RFQ includes requirements for contractors to provide all necessary personnel, equipment, and supervision to inspect and clean one 10,000-gallon and one 15,000-gallon water tank. The acquisition is open to small businesses under the NAICS code 221310, with a price ceiling of $41 million. Proposals are evaluated based on technical capability, past performance, and price. The solicitation specifies the timeline, with a performance period ending May 30, 2025, and emphasizes that all respondents must be registered in the System for Award Management (SAM). Contractors are also instructed to submit detailed quotes that comply with all stated provisions. The successful contractor will receive a firm-fixed-price purchase order, and the government holds the right to cancel the solicitation if needed. This procurement reflects the government's commitment to maintaining safe water supply systems while supporting small business participation in federal contracting opportunities.
    The Performance Work Statement (PWS) outlines the requirements for cleaning two water holding tanks at Fort Pulaski National Monument, which involves one 10,000-gallon tank and one 15,000-gallon tank. The contractor is tasked with cleaning the tanks using no chemicals, disinfecting them according to ANSI/AWWA C652-11 standards, and performing bacteriological testing to ensure water safety. Key responsibilities include monitoring safety, managing project timelines, complying with relevant OSHA and EPA regulations, and providing an inspection report post-cleaning. The project must be completed within two days of the notice to proceed. The contractor is also required to maintain liability insurance and adhere to safety and environmental standards, with oversight from the government’s Quality Assurance Surveillance Plan (QASP). The overall goal is to ensure effective cleaning and safe return of the tanks to potable water service while adhering to regulatory standards. This document forms part of a government Request for Proposal (RFP), ensuring contractual compliance and the establishment of quality control measures for public safety and service reliability.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    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.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    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.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    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.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    ME GREEN LAKE NFH CONVAULT TANK
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting bids for the removal and replacement of an above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, Maine. The project entails replacing an existing 2,000-gallon tank with a new 1,000-gallon tank, including the removal of the old tank, installation of the new tank on an existing concrete pad, and reconnection of supply lines and equipment for an emergency generator. This upgrade is crucial for maintaining safe and compliant operations at the hatchery, which will continue during the project, necessitating careful coordination with the hatchery's point of contact. Interested contractors should note that the estimated construction cost ranges from $25,000 to $100,000, with a firm-fixed-price contract anticipated to be awarded in July 2025. A site visit is scheduled for January 7, 2026, and all questions must be submitted by January 8, 2026. For further inquiries, contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.