T1617 Tank Repair & Tank 2003 Inspection
ID: FA480325B0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Facilities Support Services (561210)

PSC

REPAIR OR ALTERATION OF WATER SUPPLY FACILITIES (Z2NE)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of Tank T1617 and the examination of Tank T3535 at Shaw Air Force Base, South Carolina. The project involves cleaning, coating, and repairing the interior and exterior of Tank T1617, a 250,000-gallon deluge water storage tank, while Tank T3535, a 200,000-gallon water storage tank, will undergo an assessment of its interior and exterior. This procurement is set aside for SBA Certified Women-Owned Small Businesses under NAICS code 561210, with an estimated contract value between $250,000 and $500,000. Interested bidders must submit electronic proposals by May 28, 2025, and can direct inquiries to Darrel Ford at darrel.ford.3@us.af.mil or by phone at 803-895-5382.

    Point(s) of Contact
    Files
    Title
    Posted
    The project VLSB 24-0034 aims to maintain and repair the interior and exterior of tanks 1617 and 2003 located at Shaw Air Force Base, South Carolina. Tank 1617, a 250,000-gallon deluge water storage tank, requires comprehensive maintenance procedures such as cleaning, coating, and repairs following environmental compliance standards. Key tasks include conducting a lead survey, sandblasting, disposing of waste properly, and ensuring cathodic protection systems are operational. The contractor must also address corrective actions identified in a prior inspection report. Tank 2003, a 200,000-gallon tank, will undergo a thorough assessment of its structural components and coating systems to identify necessary repairs. The contractor’s responsibilities include evaluating various potential failures and generating a detailed engineering report outlining corrective actions. The work duration post-notice to proceed is set for 15 weeks, and all efforts must comply with multiple federal, state, and industry standards. Key conditions mandate the protection of existing facilities, proper handling of hazardous materials, and all work must be conducted with minimal disruption to ongoing base operations. Furthermore, contractors are expected to provide a warranty for their services and equipment used in the project, ensuring quality and durability. This project represents a vital step in maintaining the water infrastructure on the base, ensuring operational integrity and compliance.
    The document outlines technical specifications and details for the construction and maintenance of elevated water tanks with capacities of 500,000 and 200,000 gallons at Shaw Air Force Base, including cathodic protection systems, painting details, and structural components. It encompasses engineering drawings, project approvals, revisions, and relevant project contacts. The information also specifies installation requirements for various components, including electrical and drainage systems, aligning with Air Force standards.
    The document lists two tanks, Tank 2003 and Tank 1617, which are likely components of a federal project or contract related to the management or monitoring of tank systems. The brief reference to both tanks suggests they may be involved in storage or containment efforts, though specific details such as their functions, regulatory compliance, or the context of their use are not provided. The absence of extensive information indicates that this document may serve as a preliminary identifier for further investigation into the tanks' specifications, maintenance schedules, or associated grants and RFPs. Overall, the file prompts a closer examination of these tanks in relation to potential government contracts or environmental regulations, illustrating the importance of these systems in federal or state operations regarding safety, compliance, and efficiency.
    The document outlines the specifications for a water tank coating system using Sherwin-Williams products, detailing the necessary surface preparation, priming, and painting procedures for both interior and exterior components. It includes standards referenced, such as ASTM and SSPC specifications, emphasizing the need for proper coating application and quality assurance processes. Key components require that all coating products come from a single manufacturer, with clearly defined dry film thickness (DFT) requirements and application procedures. Additional highlights include pre-installation meetings for project stakeholders, strict environmental conditions like ventilation and ambient temperature monitoring during application, and detailed instructions for mixing and applying the paints. Quality control measures insist on inspections to verify compliance with specifications, including checking for defects post-application. A follow-up inspection is mandated one year after application to assess durability and perform necessary repairs. This document serves as a guideline for contractors and project managers to ensure safe and effective coating of water tanks, critical for imposing both aesthetic quality and functionality in public infrastructure projects.
    The document outlines a comprehensive assessment of a water tank's condition, highlighting necessary repairs and upgrades to ensure compliance with various safety standards, including NFPA, OSHA, and AWWA regulations. Key recommendations include sealing and repairing the foundation to prevent water penetration, installing a new cathodic protection system, replacing corroded bolts and manways, and enhancing safety measures with updated signage and fall protection equipment. The report underscores the need for improved drainage solutions and ventilation systems, particularly on the roof and tank interior. A call for the removal of non-compliant components, such as the primary roof hatch, is also made, along with detailed observations of corrosion, pitting, and coating conditions. These evaluations are critical for ensuring the longevity and safety of the tank infrastructure, in alignment with federal and state maintenance guidelines, reflecting a proactive approach to facility management within government oversight contexts. Overall, the document serves to inform decision-making for necessary funding and action towards infrastructure upgrades.
    This document pertains to a federal Request for Proposals (RFP) and grant opportunities designed to improve community resilience and infrastructure adaptation in light of climate change. It outlines funding availability for state and local governments to develop comprehensive plans that foster sustainability. The key focus is on soliciting proposals that creatively address environmental challenges, particularly regarding water, energy, and waste management. Supporting details highlight eligibility criteria for applicants, which include municipalities, local partnerships, and non-profits with experience in sustainability projects. The RFP encourages interdisciplinary approaches and innovative solutions to enhance public awareness and involve community stakeholders. Important deadlines for proposal submissions and specific evaluation metrics to assess project feasibility and community impact are also detailed. Overall, the goal is to empower local entities to implement robust environmental strategies and resilience initiatives, ultimately contributing to a broader national effort targeting climate adaptation and mitigation.
    The Unified Facilities Criteria (UFC) 3-570-01 outlines policies and design requirements for cathodic protection (CP) systems, which are crucial for preventing corrosion of buried or submerged metallic structures within Department of Defense (DoD) facilities. This document is applicable to all Army, Navy, and Air Force service elements and contractors, mandating compliance in construction, whether funded by appropriated funds, non-appropriated funds, or third-party financing. Key objectives include updating and unifying previous manuals, incorporating new technologies, and providing guidance for Project Design Engineers (PDEs) in managing CP design contracts. The UFC specifies mandatory CP for structures like petroleum pipelines, storage tanks, and utility piping, while also addressing systems requiring evaluation for CP. Furthermore, the document emphasizes the importance of proper planning, environmental considerations, and adherence to applicable codes and regulations when designing CP systems. The UFC serves as a living document, regularly updated to improve military construction standards and facilitate O&M practices to enhance infrastructure longevity and efficiency. Overall, it aims to ensure effective corrosion control, prolonging the life cycle of vital military structures while complying with stringent safety and environmental regulations.
    Lifecycle
    Similar Opportunities
    Internal Tank Inspection at Caven Point Marine Base
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes from qualified Women-Owned Small Businesses (WOSB) for internal tank inspections at the Caven Point Marine Terminal in Jersey City, New Jersey. The project involves a firm-fixed-price contract for the inspection and testing of various tanks, including diesel, gasoline, bilge, and gray water tanks, with specific safety regulations and confined space entry requirements to be adhered to. This procurement is crucial for ensuring the safety and compliance of the facility's storage tanks, and the contract is set to last one month, from February 2, 2026, to March 2, 2026. Interested parties must submit their quotes via email by January 12, 2026, and can reach out to Denisse M. Soto at denisse.m.soto@usace.army.mil or Mohenda R. Surage at mohenda.r.surage@usace.army.mil for further information.
    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.
    54--TANK,LIQUID STORAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of four liquid storage tanks under solicitation number NSN 5430012663556. The tanks, classified under the NAICS code 332420 for Metal Tank Manufacturing, are essential for various military logistics operations, ensuring the safe storage and transportation of liquids. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all submissions must be received within 156 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    Charleston AFB- Repair POL Operations Building 675
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking sources for the repair of the Petroleum Operations Building (Facility 675) at Charleston Air Force Base. The project aims to renovate the building to enhance functional programming for the Fuel Support Command, Fuels Management, and Auxiliary operations support, as well as to improve the POL laboratory facilities. This opportunity is particularly significant as it is under consideration for a Women-Owned Small Business (WOSB) set-aside, contingent upon the results of the sources sought market research. Interested parties should submit their information to Kristal Dobry at kristal.d.dobry@usace.army.mil or Brandon Hobbs at brandon.s.hobbs@usace.army.mil, as this is a sources sought notice and not a request for proposals.
    Water truck
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of a water truck. The contract involves the supply of a 2000-gallon Curry tank equipped with five sprayer heads, designed for heavy-duty applications, and includes specific requirements such as a 6.7 Power Stroke diesel engine, automatic transmission, and a gross vehicle weight rating of 33,000 pounds. This equipment is crucial for various military operations, particularly in maintaining infrastructure and supporting environmental management efforts. Interested vendors should contact Anthony Zyla at anthony.j.zyla.civ@army.mil or call 703-614-0476 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Fort Irwin Tank Transfer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Fort Irwin Tank Transfer project, which involves essential repairs to fueling systems at three sites within Fort Irwin, California. The project includes repairing the Bulk Storage Facility, upgrading the Bicycle Lake Army Airfield fueling system, and enhancing the Retail Fueling Facility, with tasks such as installing secondary containment liners, constructing new storage tanks, and upgrading Automatic Tank Gauge panels. These repairs are critical for maintaining the operational readiness of fuel storage and distribution systems that support military operations. Interested small businesses are encouraged to contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Minhthu Vu at minhthu.t.vu@usace.army.mil for further details, as this opportunity is set aside for total small business participation under NAICS code 237120.
    Aircraft Wash Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. The contract, designated as a Simplified Acquisition Proposal Request (SAPR) FA481426Q0002, is a total small business set-aside for a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract, requiring the contractor to provide all personnel, equipment, and supplies necessary for the washing and maintenance of KC-135 aircraft. This service is critical for corrosion prevention and overall aircraft upkeep, with an estimated frequency of 1-6 washes weekly, and must comply with specific Department of Air Force guidelines. Proposals are due by January 15, 2026, with questions accepted until January 5, 2026; interested parties should contact Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil for further information.
    Recompete OWF Troop Feeding Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the "Recompete OWF Troop Feeding Services" contract, which is set aside for Women-Owned Small Businesses (WOSB). The contractor will be responsible for providing catered boxed meals for Unit Training Assemblies (UTAs) at Shaw Air Force Base in South Carolina, including breakfast, lunch, and dinner services, with a total award amount of $9,000,000.00. This contract is crucial for ensuring that military personnel receive adequate nutrition during training weekends, particularly due to the closure of dining facilities. Interested parties should note that the solicitation was issued on December 17, 2025, with proposals due by December 30, 2025; for further inquiries, they can contact Jeesenia Nauta Criollo at jeesenia.nautacriollo@us.af.mil or Shaunannette D. Watson at shaunannette.watson@us.af.mil.
    Repair Fuel System B4505
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. The project involves the repair of three fuel storage tanks, associated piping, and perimeter fencing, with a focus on replacing tank and pipe coatings, and repairing existing fence posts. This procurement is critical for maintaining operational integrity and safety of the fueling system, with an estimated contract value between $500,000 and $1,000,000, and a completion timeline of 180 calendar days. Proposals are due by January 12, 2026, at 2:00 PM EST, and interested parties should contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or (252) 466-2622 for further information.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.