Natural Gas Line Inspection, Test, Maintenance Services, Osan AB
ID: W90VN6-25-Q-A011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY0906 AQ CO CONTRACTING BATAPO, AP, 96202-0000, USA

NAICS

Natural Gas Distribution (221210)

PSC

UTILITIES- GAS (S111)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide inspection, testing, maintenance (ITM), and repair services for natural gas lines and systems at Osan Air Base in South Korea. This non-personal services contract requires the contractor to ensure a safe and continuous gas supply, adhering to relevant safety regulations, including OSHA and KOSHA, while maintaining a robust Quality Control Plan (QCP). The contract spans one base year with four optional years, emphasizing the importance of safety, regulatory compliance, and effective communication in supporting U.S. military operations. Interested parties should contact Chaeyong Yi at chaeyong.yi5.ln@army.mil or SFC Dong H. Kim at dong.h.kim49.mil@army.mil for further details, with proposals due by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details the operational status of natural gas facilities, outlining their capacities in BTU/hr and m³/hr across various buildings. It includes descriptive data for numerous heating and hot water boilers, alongside their respective regulators, showcasing a structured inventory of equipment along with total capacity calculations. Key specifications include the operational pressure and meter types utilized for monitoring gas flows. The meticulous listing highlights both operational boilers and regulators, indicating quantities and documented capacities for each facility. The purpose of this file is to provide a comprehensive overview of natural gas utilization for federal, state, and local entities, likely in response to RFPs or grants aimed at enhancing energy efficiency and compliance within government facilities. By cataloging equipment metrics and operational parameters, the document serves as a crucial reference for evaluating resource efficiency and planning future upgrades or maintenance endeavors according to governmental energy standards and regulations.
    The Phase 2 Natural Gas Using Facility Status report outlines the operational capacities of various natural gas facilities, detailing their heating abilities measured in BTU/hr, KCal/hr, and m3/hr across multiple building structures. Each entry includes distinct identifiers (e.g., building numbers), capacities across different measurement units, quantities of equipment, and specific types of gas meters used, such as rotary and diaphragm meters, highlighting their operational pressures. The document presents a comprehensive table listing 60 facilities, reflecting a broad utilization of natural gas with various heating appliances, indicating the facilities' contributions to energy infrastructure. The overall assessment underscores the importance of maintaining accurate operational data for compliance and efficiency in energy management, facilitating potential future enhancements or grants in line with federal and state RFP initiatives. This detailed status serves as a foundational resource for stakeholders involved in energy regulation, infrastructure improvements, and grant funding applications aimed at optimizing energy use.
    The Performance Work Statement (PWS) outlines a contract for inspection, testing, maintenance (ITM), and repair of the natural gas line and system at Osan Air Base, South Korea, effective April 15, 2025. The contractor will provide all necessary personnel, tools, and materials, and is expected to ensure a safe and sustainable gas supply. Responsibilities include compliance with various safety laws and regulations, proactive energy conservation efforts, and a robust Quality Control Plan (QCP). The contract extends over one year with four optional years, and requires the contractor to respond to service issues promptly, particularly during emergencies. Key personnel roles, including a Contract Manager and Safety Manager, must have relevant experience and certifications. Specific operational tasks include semi-annual inspections, database management for gas systems, and maintenance reports. Overall, the PWS emphasizes the importance of safety, regulatory adherence, and effective communication, ensuring that services align with military operations while addressing crisis response needs.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract focused on the inspection, testing, maintenance (ITM), and repair of natural gas lines and systems at Osan Air Base, Republic of Korea. The contractor is responsible for ensuring safe and continuous gas supply and must adhere to relevant laws and industry standards, including OSHA and KOSHA regulations. The contract spans one base year with four optional years, and services must be performed during specified hours, excluding U.S. and Republic of Korea holidays unless emergencies arise. Key personnel must possess appropriate certifications and extensive experience, with a Contract Manager required to address all contract-related issues. The Quality Control Plan (QCP) is essential for maintaining service quality, and the contractor must report all deficiencies swiftly. The document also mandates that contractors maintain safety protocols and develop a comprehensive safety management plan, ensuring compliance with local regulations. Additionally, clear communication in English is necessary for operational efficiency, and contractors are required to provide documentation and reports detailing maintenance activities. This PWS emphasizes the importance of reliability and safety in gas management at a U.S. military installation.
    The document presents detailed specifications for gas line infrastructure, summarizing measurements and valve requirements for various gas lines designated by letters (A, B, C, etc.) and sub-designations (e.g., B-1, G-2). Each line includes the total pipe lengths in meters, corresponding building numbers, and associated valve dimensions. For example, GAS LINE "D" accounts for multiple segments with a cumulative length of 846.5 meters and includes multiple valves, illustrating the complexity and scale of the gas pipeline system across the referenced buildings. The purpose of this document appears to relate to federal and local RFPs concerning gas line installation or maintenance, outlining clear standards for component specifications. It highlights a concerted effort to ensure safe gas line management and regulatory compliance in public infrastructure projects. The meticulous detailing serves as a foundation for contractors to assess and respond to potential RFPs, ensuring alignment with government expectations. Overall, the document's structured layout of gas lines, measurements, and valve specifications underscores its utility in planning and executing gas distribution systems within the stipulated facilities.
    The document outlines the specifications and details of various gas lines across multiple buildings, focusing on their diameters and valve box assignments. It indicates a comprehensive inventory of gas lines labeled from "A" to "L" with their associated measurements distributed across different building numbers (e.g., 315A, 225A, etc.). Notably, the total linear footage of the gas lines amounts to 9,489.0 units, reflecting a significant infrastructure component for gas distribution. The data also indicates specific valve box assignments for several gas lines, indicating their maintenance and operational responsibilities. Each line has been meticulously categorized, with information detailing the lengths and associated buildings to facilitate operational management and repair projects. Given its context, this document is integral to government RFPs and grants, as it aligns with regulatory compliance and safety measures for gas infrastructure projects, ensuring they meet federal and local standards for safe operation and maintenance within government facilities.
    The document outlines the requirements and guidelines for submitting proposals to the federal government under recent RFPs and grant opportunities. It emphasizes the importance of adhering to specific criteria defined for various projects, including eligibility, project timelines, budget constraints, and evaluation processes. The document provides detailed instructions on formatting and submitting proposals, ensuring compliance with federal regulations and necessary documentation. Additionally, it addresses focus areas for funding, stressing innovation, sustainability, and community impact as key evaluation metrics. The information is structured to facilitate understanding of the application process, highlighting necessary qualifications and supporting materials required from applicants. Overall, the purpose of the document is to guide potential applicants in successfully navigating the federal RFP and grant landscape while ensuring their projects meet governmental objectives and standards.
    The document serves as a technical manual for the NORVAL pressure regulator, detailing its design, features, specifications, installation, commissioning, and maintenance. It outlines the regulator's application for medium and low-pressure gaseous systems, including its response to operational conditions and suitability for various processes, like ON-OFF burners. Key specifications include maximum inlet pressures, downstream pressure ranges, and modularity for accessories such as slam shut devices and monitor regulators. The regulator is designed for easy maintenance and safety compliance, classified as fail-open under EN 334 and compliant with European Pressure Equipment Directive 97/23/EC. The document emphasizes safety measures during installation and operation, highlighting necessary precautions for handling and commissioning. Comprehensive instructions for adjustment and maintenance help ensure reliability and accurate performance in gas distribution systems, underscoring the regulator's significance in safe and effective gas management in both federal and state/local contexts.
    The document serves as a comprehensive maintenance guide for city-gas facilities, focusing on critical infrastructure used by military bases. It outlines protocols for inspecting and maintaining gas facilities to ensure safety and efficiency. Key sections include facility maintenance cycles, detailed inspections of pressure regulators and gas piping, and procedures for addressing failures. Regular checks, including daily inspections and annual overhauls, are mandated to maintain operational integrity, highlighting the importance of prompt repairs and preventive maintenance. Significant topics covered include the identification of common issues with pressure regulators, troubleshooting steps, and guidelines for cleaning filters. The guide also emphasizes recording inspection results and maintaining consistency in operations to prevent hazards. Overall, the document aims to ensure compliance with safety regulations and to optimize the functioning of gas facilities for military and municipal users, ultimately underscoring the necessity of rigorous maintenance practices within government contracts and grants. This framework supports broader federal and local initiatives concerning public safety and infrastructure reliability.
    The document outlines the Addendum to FAR 52.212-1 and FAR 52.212-2 for a federal solicitation regarding commercial products and services. Its primary purpose is to guide offerors through the submission process, emphasizing the importance of site inspection and adherence to specific formats and requirements for proposal submissions. Key points include the necessity of electronic submission through the Procurement Integrated Enterprise Environment (PIEE), providing detailed pricing structures, and clearly marking documents in accordance with specified volumes. The evaluation criteria focus on capability, qualifications, past performance, and pricing, where total evaluated price (TEP) will be calculated based on offers for the base and option periods. Offerors are also advised on the importance of contractor teaming arrangements (CTA) and the completion of required provisions/clauses, including tax exemption declarations. Overall, this document serves as a comprehensive guide to ensure potential contractors meet the necessary standards and compliance for consideration in the government procurement process, ultimately aiming to secure best value contracts for the government while fostering competitive bidding practices.
    The document outlines a solicitation for commercial products and services from Women-Owned Small Businesses (WOSB) for natural gas line inspection, testing, and maintenance services at Osan Air Base, effective from June 1, 2025, to May 31, 2026. It contains essential components such as the requisition and contract numbers, solicitation information, due date, and administrative details. The primary services include semi-annual inspections and maintenance for various gas line segments, overhaul services, and emergency repair calls with firm fixed pricing. Key details include a structured delivery schedule, payment methods, and necessary clauses from federal regulations regarding contractor responsibilities. The document emphasizes the requirement for compliance with the Defense Priorities and Allocations System (DPAS) and various tax exemption benefits relevant in South Korea, ensuring fiscal efficiency for the awarded contractor. The solicitation serves as a formal request aiming to foster participation from qualified small businesses while adhering to government procurement standards and supporting local economies in military contexts.
    The document is a solicitation for natural gas line inspection, testing, and maintenance services at Osan Air Base, intended for a Women-Owned Small Business (WOSB). It outlines the requisition details, including contact information for inquiries, submission requirements, and relevant codes. The contract encompasses various services with specified quantities and pricing arrangements, establishing a firm fixed price model. The scope includes semi-annual inspection and maintenance services for the main governor station, natural gas line, inside facilities, overhaul services, and repair tasks, spanning from June 1, 2025, to May 31, 2026, with specified delivery schedules and responsibilities for transportation costs. Additionally, the document outlines specific contractual clauses, including those related to tax exemptions under the Republic of Korea’s laws, ensuring compliance with statutory requirements. This procurement aims to support the U.S. military's operations while fostering opportunities for women-owned small businesses, reflecting government initiatives to promote diversity and inclusion in federal contracting. The structure of the document methodically presents critical information necessary for prospective contractors to prepare adequate responses.
    The document outlines an amendment to a government solicitation, which includes the modification of contract/order information and extension of deadlines for submitting offers. Key points include the requirement for contractors to acknowledge receipt of the amendment before the specified deadline through designated methods. Changes to specific Contract Line Item Numbers (CLINs) are detailed, indicating revisions in quantities and descriptions aligned with the updated performance work statement (PWS). The primary goal of the amendment is to adjust pricing and specifications for various contractual obligations, ensuring continuation of services and compliance within set constraints. Importantly, all other terms of the original solicitation remain unchanged. This summary provides an overview of the procedural requirements and changes impacting contract opportunities, relevant in the context of federal RFPs and grant modifications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    5 Years Security Barriers System Inspection, Testing, Maintenance and Repair (ITMR), Kunsan AB
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a five-year contract focused on the inspection, testing, maintenance, and repair of the Security Barriers System at Kunsan Air Base. This procurement aims to ensure the operational integrity and reliability of security barriers, which are critical for maintaining safety and security at military installations. Interested contractors should note that the opportunity falls under the Facilities Support Services industry, with a NAICS code of 561210 and a PSC code of J095, indicating maintenance and repair services for metal barriers. For further inquiries, potential bidders can contact Kihyun Kang at kihyun.kang.ln@army.mil or 315-755-9303, or Kilchae Song at kilchae.song.ln@army.mil or 315-755-9310.
    SOLVENT TANK MAINTENANCE SERVICES FOR EIGHTH ARMY WIDE
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking maintenance services for solvent tanks as part of a contract for the Eighth Army. This opportunity involves the provision of maintenance services, with an amendment recently issued to change the site visit date, indicating the importance of timely and effective service delivery. Solvent tank maintenance is crucial for ensuring compliance with safety and environmental regulations, thereby supporting the operational readiness of military facilities. Interested contractors can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or by phone at 011-82-0503-355-0636 for further details regarding this procurement.
    Solvent Tank Maintenance Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide maintenance services for solvent tanks. This procurement aims to ensure the proper upkeep and functionality of solvent tanks, which are critical for various military operations and maintenance activities. The opportunity is currently in the amendment phase, with Amendment 0002 issued to address vendor inquiries regarding the contract. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further information.
    Operation and Maintenance of Communication Center at USAG Humphreys and CP Tango (LCS)
    Buyer not available
    The Department of Defense is soliciting proposals for the operation and maintenance of the Communication Center at USAG Humphreys and CP Tango (LCS). This contract aims to ensure the effective functioning of communication systems, which are critical for military operations and coordination. The solicitation has been amended to extend the closing date to November 19, 2025, at 1100 hours, and interested parties can reach out to Mamadou Diallo at mamadou.o.diallo.mil@army.mil or Joshua Tyler at joshua.l.tyler7.mil@army.mil for further inquiries.
    Multi Equipment Maintenance Services for 403rd
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Multi Equipment Maintenance Services for the 403rd. This procurement aims to ensure the effective maintenance and operational readiness of various equipment, which is crucial for supporting military operations. An amendment has been issued to revise the site visit orientation time, indicating the importance of on-site assessments in the bidding process. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further details regarding this opportunity.
    FMS - REPAIR - CYLINDER AND VA
    Buyer not available
    The Department of Defense, through NAVSUP Weapon Systems Support, is soliciting qualified contractors for the repair of a CYLINDER AND VA (Part Number: 901917-101) for Foreign Military Sales to South Korea. The procurement requires contractors to provide labor, materials, and facilities necessary to restore the government-owned item to operational condition, with a Repair Turnaround Time (RTAT) of 138 days and adherence to strict quality assurance and packaging standards. This opportunity is critical for maintaining operational readiness and supporting international defense partnerships. Interested parties must submit capability statements within five days of the notice publication and can contact Sarah L. Austin at sarah.l.austin10.civ@us.navy.mil or by phone at 771-229-0507 for further details.
    MRO Korea Region SPE8E323D0013
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is announcing a procurement opportunity for a Maintenance, Repair, and Operations (MRO) Bridge Contract in the Korea Region, identified by the notice SPE8E323D0013. This opportunity involves the acquisition of miscellaneous construction materials, as outlined in the justification and award announcement document. The goods and services procured under this contract are crucial for maintaining operational readiness and support for military operations in the region. Interested vendors can reach out to Lauren Byrne at lauren.byrne@dla.mil for further details regarding this opportunity.
    SP-POL-CMP-INSPECT-FY26-ELM
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, is seeking a qualified contractor to conduct inspections on fuel storage facilities at Joint Base Elmendorf-Richardson, Alaska. The procurement involves performing two API 653 modified inspections, which include tasks such as fuel removal, tank cleaning, and the provision of inspection reports, all adhering to relevant federal and state regulations. This contract is critical for maintaining the safety and compliance of fuel storage operations, ensuring that all inspections meet industry standards and regulatory requirements. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Kristal Dobry at kristal.d.dobry@usace.army.mil or 402-995-2854 for further details, as the contract is set under a Firm Fixed Price for 240 days, with a kick-off meeting and teleconference out-briefing required.
    Multi Equipment Maintenance Services for 403rd
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Multi Equipment Maintenance Services for the 403rd. This procurement aims to ensure the maintenance and repair of various ground effect vehicles, motor vehicles, trailers, and cycles, which are critical for operational readiness and efficiency. The services will fall under the NAICS code 811111, focusing on general automotive repair, and will be governed by the PSC code J023. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further details regarding the solicitation process.
    DESC2103C - Bulk Fuel Storage Tanks Phase II Yokota Air Base, Japan
    Buyer not available
    The U.S. Army Corps of Engineers, Japan District, is conducting market research for the "DESC2103C - Bulk Fuel Storage Tanks Phase II" project at Yokota Air Base, Japan. This Design-Bid-Build (DBB) contract involves the construction of a 100,000-barrel cut-and-cover JP-8 jet fuel storage tank, including a pump house and associated systems, with a project magnitude estimated between ¥2,500,000,000 and ¥10,000,000,000. The project is critical for enhancing fuel storage capabilities and ensuring compliance with U.S. and Japanese standards, emphasizing safety and cybersecurity measures. Interested local firms must respond by November 20, 2025, and can direct inquiries to Jiro Miyairi at jiro.miyairi@usace.army.mil or Jennifer Knutson at jennifer.h.knutson@usace.army.mil.