Cathodic Protection: Above/Under Ground Tanks
ID: 6081192Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Oil and Gas Pipeline and Related Structures Construction (237120)

PSC

MAINTENANCE OF OTHER NON-BUILDING FACILITIES (Z1PZ)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Mid-Atlantic, is seeking proposals for a contract focused on cathodic protection for above and underground tanks located in Groton, Connecticut. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 237120, which pertains to oil and gas pipeline and related structures construction. The services are critical for maintaining the integrity and safety of non-building facilities, ensuring compliance with environmental regulations and operational readiness. Interested parties can reach out to Rebecca Spaulding at rebecca.j.spaulding.civ@us.navy.mil or by phone at 860-694-4557 for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Cathodic Protection (CP) and Fuel Management (FM) systems across various locations managed by CNIC. It provides a detailed inventory of locations (piers, quay walls, underground storage tanks (UST), aboveground storage tanks (AST), and generator tanks) along with their respective capacities and whether CP and FM systems are implemented. A total of 13 CP systems exist across different piers, with specified requirements for testing, recording readings, and preventative maintenance. The UST section highlights various fuel types such as gasoline and fuel oil and their capacities, while 48 ASTs and 30 generator tanks are cataloged with associated fuel types, primarily diesel and waste oil. Furthermore, the document serves as a reference for contractors regarding inspection frequencies and operational responsibilities. This compilation is a crucial reference for federal and local regulatory compliance regarding fuel management and cathodic protection, ensuring system integrity and safety, pivotal in government projects and procurement processes. Overall, the file emphasizes the meticulous inventory and management of fuel systems imperative for operational readiness and maintenance across CNIC sites.
    The document is a "Sources Sought – Contractor Information Form," designed for contractors to submit their essential information in response to federal government RFPs and grants. It includes sections for contractor details, such as their Unique Entity Identifier (UEI), CAGE code, firm name, and contact information for a point of contact (POC). It also asks contractors to identify their business type, including designations like SBA-certified 8(a) firm or service-disabled veteran-owned small business. Additionally, the form requires information on bonding capacity, specifying both maximum bonding amounts per project and aggregate bonding capacity. There is a designated space for any additional clarifications regarding the submitted data. The use of this form facilitates the government's ability to gather necessary contractor information efficiently, ensuring compliance with federal contracting requirements and promoting transparency in the procurement process. The concise format is intended to streamline information collection and enable the government to assess the qualifications of prospective contractors for upcoming projects or grants.
    Lifecycle
    Title
    Type
    Similar Opportunities
    WASTEWATER STORAGE TANKS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Maritime - Puget Sound, is seeking proposals for the acquisition of two wastewater storage tanks, specifically designated for the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement is set aside for small businesses, including service-disabled veteran-owned and women-owned enterprises, and requires the submission of engineering drawings, certifications, and compliance with cybersecurity measures. The tanks are critical for waste management and environmental compliance within military operations, ensuring operational readiness and adherence to federal regulations. Proposals are due by March 4, 2025, and interested parties should contact Jack Edwards at jack.edwards@dla.mil or call 360-813-9577 for further details.
    STORM WATER MANHOLE AND CONCRETE REPAIR
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southeast (NAVFACSYSCOM SOUTHEAST), is seeking qualified contractors for a project involving stormwater manhole and concrete repair at Naval Air Station (NAS) Kingsville, Texas. The project aims to address the failure of concrete surrounding a storm drain inlet, necessitating the removal, replacement, and reworking of the manhole and drop inlet to ensure proper functionality and alignment with the subsurface drainage system. This procurement is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Proposals are due by April 8, 2025, and interested parties can contact Cynthia Ramos-Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil for further information.
    WASTEWATER MANHOLE INVERT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a wastewater manhole restoration project at the USCG Sector Long Island Sound in New Haven, Connecticut. The contractor will be responsible for all aspects of the project, including personnel, tools, materials, and supervision, with key tasks involving jet/vacuuming waste, reworking masonry to accommodate an 8-inch PVC sanitary line, and conducting wastewater flow tests. This project is crucial for maintaining infrastructure integrity and ensuring operational continuity within government facilities, with a completion timeline of 30 days from contract issuance and a one-year warranty on the work performed. Interested parties should contact Cameron Croteau at CAMERON.P.CROTEAU@USCG.MIL or Jason L. Williams at JASON.L.WILLIAMS@USCG.MIL for further details.
    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.
    Repair of Sodium Hypochlorite Storage Tanks
    Buyer not available
    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.
    J091--Tank Testing and Veeder Root Installation Brand Name or Equal
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a federal contract titled "J091--Tank Testing and Veeder Root Installation Brand Name or Equal," aimed at enhancing fuel management systems at the Central Texas Veterans Health Care Facility in Waco, Texas. The project requires the contractor to conduct pressure testing on 12 fuel tanks, install Veeder Root monitoring systems at eight locations, and replace essential components, all within a 120-day performance period. This initiative is critical for modernizing the facility's fuel management capabilities while ensuring compliance with safety and regulatory standards. Interested bidders, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals electronically, with a project budget estimated between $250,000 and $500,000. For further inquiries, contact Contract Specialist Makarim (AJ) Abdul-Jabbar at Makarim.Abdul-Jabbar@va.gov.
    B1846 Drain Lines Replacement
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast, is seeking contractors for the B1846 Drain Lines Replacement project. This procurement involves the replacement of drain lines, which is critical for maintaining the functionality and safety of the facilities under the Navy's jurisdiction. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized as an 8(a) set-aside, encouraging participation from small disadvantaged businesses. Interested contractors can reach out to Kyle Rogers at kyle.p.rogers2.civ@us.navy.mil or Danny Ortiz at danny.ortiz24.civ@us.navy.mil for further details, with the expectation of a competitive bidding process.
    Watertight Fixture Coating and Repair for USCG Fleet
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the preservation and repair of watertight fixtures on its fleet of cutters as part of the FY2025 repair program. The procurement involves detailed specifications for managing the repair work, including surface preparation, coating systems, and quality assurance inspections that comply with established industry standards. This initiative is crucial for ensuring the safety and functionality of maritime operations by restoring watertight fixtures such as doors, hatches, and scuttles to operational standards. Interested contractors can reach out to Kaity George at Kaity.George@uscg.mil or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil for further information.
    Z -- Enviromental Remedial Action Contract
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is soliciting proposals for an Environmental Remedial Action Contract (RFP N62470-24-R-0072) aimed at addressing environmental contamination at various Navy and Marine Corps installations. The contract seeks qualified contractors to provide comprehensive remediation services, including emergency responses and various remediation methods such as bioremediation and excavation, with a minimum guaranteed contract value of $10,000 and a total maximum value of $95 million over multiple option years. This procurement is critical for ensuring compliance with federal environmental regulations and promoting effective remediation efforts at contaminated sites. Interested small businesses must submit their proposals, including past performance questionnaires and compliance with specified labor rate ceilings, by the designated deadline, with inquiries directed to Elizabeth Eliason-Carey at Elizabeth.S.Eliason-Carey.civ@us.navy.mil or by phone at 757-322-4844.
    60' Dive Support Boat
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a 60-foot aluminum Dive Support Boat, intended for underwater maintenance, repair, and cleaning operations for the U.S. Navy. The contractor will be responsible for the design, construction, and delivery of the vessel, adhering to strict specifications and requirements, including conducting a Design Maturity Review and ensuring compliance with safety and environmental regulations. This procurement is crucial for enhancing the operational readiness of naval forces, with a focus on specialized tactical support capabilities. Interested parties, particularly those qualifying under the Historically Underutilized Business (HUBZone) set-aside, should contact Robert Soto at robert.soto76.civ@us.navy.mil or 951-393-5218 for further details and to ensure compliance with submission deadlines.