Fuel Tank Inspection at Joint Base McGuire-Dix-Lakehurst, NJ.
ID: PANNWD-25-P-0000005887Type: 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

INSPECTION- FUELS, LUBRICANTS, OILS, AND WAXES (H391)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide fuel tank inspection services at Joint Base McGuire-Dix-Lakehurst, NJ. The contract involves non-personnel services, including the transfer of remaining fuel, disposal of unusable fuel, tank cleaning, and conducting comprehensive inspections in compliance with industry standards such as API 653. This procurement is critical for maintaining the operational integrity and environmental safety of military fuel storage facilities. Proposals are due by June 2, 2025, with inquiries directed to Charles Thirsk at Charles.Thirsk@usace.army.mil or MAJ Minh Thu Vu at minhthu.t.vu@usace.army.mil, and the contract performance period is set for 120 days from the award date.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a combined synopsis and solicitation for commercial products or services issued by the federal government as a Request for Quotation (RFQ) under solicitation number PANNWD-25-P-0000 005887. The solicitation is specifically set aside for small businesses, with an applicable NAICS code of 541990 and a size standard of $19.5 million. The place of performance is Joint Base McGuire-Dix-Lakehurst, NJ, with a performance period of 120 days from contract award. Proposals will be evaluated based on technical capability, experience, and price, with the government awarding the contract to the lowest-priced, technically acceptable offeror that meets all requirements. Key provisions related to offeror representations, contract conditions, and compliance with statutory requirements are cited throughout. Quotations are due by May 27, 2025, and inquiries should be directed to specified contacts within the government. The document emphasizes transparent procurement processes, encourages participation from small businesses, and outlines various compliance regulations and clauses derived from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation System (DFARS).
    The government document outlines two primary procurement items related to tank inspection and maintenance services at Facility 1841, specifically for Tank 2. The first item involves a comprehensive API Out-of-Service tank inspection service, which includes stages like a Kick-Off Meeting, fuel transfer/removal, tank cleaning, inspection, containment testing, and report generation, all being delivered on a firm-fixed-price (FFP) basis with delivery set to the destination. The second item details the replacement of the wiper seal and pan penetration seals, adhering to specified performance work statements (PWS), also under FFP and FOB destination conditions. The documentation reflects an organized structure typical of government Requests for Proposals (RFPs), focusing on procurement needs and clearly defined services to ensure compliance with maintenance and safety standards. The purpose is to secure qualified services for the effective management and inspection of fuel tanks, thereby maintaining regulatory compliance and operational integrity.
    The document outlines a Performance Work Statement (PWS) for a non-personnel services contract focused on inspecting Department of Defense fuel tanks at JB McGuire-DL, New Jersey. The contractor is responsible for various tasks including fuel transfer, tank cleaning, inspection, and compliance with industry standards such as API 653 and NFPA regulations. Key responsibilities include performing inspections, generating detailed reports, and ensuring safety compliance. The contractor must conduct kick-off meetings, maintain a steady workforce, provide all necessary materials and equipment, and ensure installation safety protocols are met. Specific tasks include conducting ultrasonic thickness measurements, a coating condition survey, and assessing secondary containment integrity. Reports are to be presented at defined stages, ensuring transparency and meeting regulatory requirements. The contract emphasizes stringent adherence to safety, health, and security guidelines, and the completion of various deliverables by set deadlines. Overall, the PWS details the contractual obligations and performance metrics essential for the successful maintenance and operation of fuel storage facilities.
    This document serves as an addendum to the federal solicitation for proposals (RFP) and outlines critical submission requirements and evaluation criteria for contractors aiming to bid on a project with the U.S. Army Corps of Engineers. Offerors must provide essential company information, including the name, address, CAGE and DUNS codes, and TIN. Proposals must be submitted electronically as a single PDF, not exceeding five pages, including key factors like technical capability, experience, and price. The government emphasizes a strict adherence to the submission format, requiring evidence of relevant past performance, particularly in fuel drainage and inspections. Additionally, contractors must hold their prices firm for 60 days after submission. Evaluation will focus on technical expertise, experience in similar projects, and cost fairness. Notably, the Corps is exempt from state and local taxes, and funds for the contract are not currently available. The award will be based on the best value criteria, reflecting a balance among technical capability, experience, and price. The document establishes clear communication channels for questions and sets deadlines for inquiries, ensuring transparency in the process.
    The document outlines security requirements for military installations, emphasizing strict identity proofing and vetting protocols for employees seeking access. All employees must provide valid identification, with checks against federal crime databases, unless they hold a current government security clearance. Key identification options include U.S. passports, driver’s licenses, and various government-issued IDs. Disqualifiers for access include previous barring from federal facilities, criminal history related to terrorism, violence, or any significant legal violations. The prime contractor is responsible for compliance, ensuring employees are notified about access requirements, which may involve coordination with military installation offices. Procedures for obtaining and managing base passes and badges are detailed, including reporting lost credentials. This document serves as a framework to ensure security and safety across military installations, aligning with federal security protocols and emphasizing the importance of maintaining controlled access to sensitive environments.
    The document outlines inspection requirements and maintenance actions for a fuel tank installation located in McGuire, New Jersey. The facility, identified by the number 1841, must undergo internal inspections including UT (Ultrasonic Testing) scans and the replacement of an IFR (Internal Floating Roof) seal, emphasizing the importance of compliance and safety. The tank has a capacity of 1,050,000 gallons with specific dimensions provided. Additionally, the inspection necessitates a roundness survey and the use of a certified strapping chart for accurate fuel measurement. The document specifies that there are two manways measuring 36 inches each, facilitating access for maintenance. It also notes an operational requirement for transferring and disposing of remaining gallons of fuel. This technical detail underscores the ongoing operational oversight expected in federal and local fuel management practices, reflective of government RFP compliance and safety mandates. The overall focus is on ensuring safety and regulatory adherence in the management of hazardous materials.
    The Defense Logistics Agency's Energy Division (DLA-E) has initiated a project, numbered P-006858-08, focused on constructing product containment areas and replacing secondary containment areas at Fort Indiantown Gap, PA. The project, managed by Rick Rivera, is justified on the grounds of preventing fuel releases that could contaminate soil and groundwater or cause fires, thereby protecting both personnel and the environment. Total estimated costs are approximately $1,150,000, with a desired completion date set for November 11, 2011. Key project objectives include identifying and resolving deficiencies in fueling facilities, ensuring compliance with federal, state, and local standards, and executing various upgrades such as installing secondary spill containment systems and ground vehicle refueling stations. The project will involve multiple stakeholders, including civil and mechanical engineers, and will provide a detailed trip report for review. Successful project execution depends on timely completion of critical milestones such as stakeholder reviews and the final request for proposals (RFP) distribution to contractors. The project's comprehensive planning and quality management will focus on adhering to safety standards throughout its lifecycle. This initiative underscores the government's commitment to environmental safety and operational integrity within military fueling operations.
    The document outlines the status and progress of a government project managed by Adam Ashton. It includes an Executive Summary indicating overall task order status, key accomplishments, and any concerns, along with a month-ahead outlook. The Status/Schedule section tracks various service inspections at multiple sites, detailing completion percentages, key dates, and report distributions related to the work. Additionally, the document features a "Lessons Learned" section, which highlights critical insights gained from the project that may inform similar future initiatives without reiterating specific action points from the Executive Summary. This report is essential for maintaining project transparency and fostering continuous improvement, emphasizing accountability and the importance of learning from past experiences to enhance future project execution in the context of government RFPs and grants. Overall, it underscores organizational learning and operational efficiency within the governmental framework.
    The document provides a summary of findings from an inspection of Fuel Storage Tank No. [XXXX] conducted by [Company Name] in accordance with API Standard 653. The inspection aimed to evaluate the tank's serviceability, categorized into three action levels: Mandatory, Short Term, and Long Term. Recommended future inspection dates for both Out-Of-Service and In-Service tank inspections are specified, alongside relevant state regulations that must be adhered to. The inspector, certified in API 653, will include final documents in the closing documentation required by the task order. This report exemplifies compliance with federal and state regulatory frameworks regarding fuel tank safety and maintenance, highlighting the systematic approach to uphold standards in environmental safety and asset management.
    The API-653 Out-Of-Service Inspection Report from the US Army Corps of Engineers outlines comprehensive evaluations of tank facilities aimed at ensuring compliance with safety and environmental standards. The inspection details cover mandatory, short-term, and long-term repairs necessary based on the API 653 standards. Various components such as tank construction, foundation, bottom, shell, appurtenances, and piping system are assessed, along with state regulations regarding inspection intervals. The report emphasizes the need for immediate corrective actions for mandatory repairs to prevent risks, and it includes detailed engineering calculations, photographs, and a checklist for thorough evaluations. The overarching goal of the report is to maintain operational integrity and safety in tank operations while adhering to federal and state guidelines. This documentation is essential for fulfilling government RFP and grant requirements, demonstrating commitment to environmental stewardship and infrastructure safety protocols.
    The document titled "Return to Service Letter" serves as a formal notification regarding the inspection and assessment of a storage tank, following the standards set by API 653. Conducted by [Company Name], the inspection confirms that the tank is suitable for return to service with no urgent repairs required to mitigate risks to system operators, equipment, or the environment. The tank was officially reinstated on a specified date. Future inspection dates for both out-of-service and in-service evaluations are suggested, in accordance with applicable regulations. State regulations related to these inspections are noted while the letter concludes with a promise that all final documentation required by the task order will be provided. This inspection and certification process illustrates compliance with federal and state guidelines, highlighting the importance of maintaining operational safety in fuel storage systems as part of broader governmental oversight and infrastructure management efforts.
    The US Army Corps of Engineers conducted an API 653 In-Service inspection of Tank 2 at JB McGuire-Dix-Lakehurst, NJ, on September 15, 2021, assessing its structural integrity and compliance with relevant standards. The tank, a 25,000-barrel capacity facility, is primarily used for Jet A fuel storage. The evaluation found over 30 years of remaining shell life, indicating its overall structural soundness. Key findings included the need for immediate attention to deteriorated sealants in the secondary containment area, inadequate weld spacings requiring magnetic particle examinations, and necessary repairs for compliance with federal and local regulations. Recommendations for mandatory repairs included replacing damaged sealants to retain containment, addressing cracks in the floor, and performing weld inspections around manholes and piping. Long-term issues were identified, including the absence of tank anchoring and various support plate deficiencies. Additional suggested repairs emphasized ensuring adequate accessibility and safety measures compliant with OSHA and NFPA standards. This inspection is crucial for maintaining operational readiness and environmental responsibility in the management of petroleum storage facilities, directly informing future maintenance and regulatory compliance efforts.
    This document is a combined synopsis/solicitation for commercial products and services, issued as a Request for Quotation (RFQ). The procurement is a 100% Small Business Set-Aside, targeting businesses within the NAICS code 541990, with a size standard of $19.5 million. The contract will be executed at Joint Base McGuire-Dix-Lakehurst, NJ, with a performance period of 120 days from the contract award. Proposals will be evaluated based on technical capability, experience, and price, emphasizing the lowest-priced, technically acceptable bid. Offerors must include a completed 52.212-3 provision and be aware of required clauses relating to internal confidentiality agreements, cybersecurity, and labor standards that apply to this solicitation. Quotations are due by May 26, 2025, via email to specified contacts. The aim is to achieve a fair and reasonable selection process while ensuring compliance with all relevant federal regulations. The solicitation represents an opportunity for small businesses to engage in federal contracting, adhering to specific guidelines and standards necessary for successful bid submissions.
    The document addresses vendor inquiries related to the Fuel Tank Inspection project at Joint Base McGuire-Dix-Lakehurst, NJ, under Notice ID PANNWD-25-P-0000005887, dated 05/15/2025. A key question asked by a vendor pertains to the logistics involved in transferring 500 gallons of remaining fuel, specifically whether the transfer will be conducted tank to tank, using government or contractor-provided storage, and whether the equipment used must be certified as clean. The response clarifies that the successful contractor will handle the transfer using clean and certified equipment of their own provision, ensuring safe operations. This exchange illustrates the project's focus on compliance and thoroughness in logistical operations related to fuel management, crucial for environmental safety and operational efficiency in military contexts.
    The document outlines Wage Determination No. 2015-4191, issued by the U.S. Department of Labor under the Service Contract Act (SCA), focusing on minimum wage rates applicable to federal contracts in New Jersey. Effective from January 30, 2022, contracts require paying a minimum of $17.75 per hour under Executive Order 14026 for contracts renewed or commenced post this date. For contracts awarded between January 1, 2015, and January 29, 2022, a minimum of $13.30 per hour applies, unless higher rates are specified. It includes detailed wage rates for various occupations in administrative support, automotive services, healthcare, food preparation, and more, defining both basic hourly wages and accompanying fringe benefits, such as health and welfare benefits. The document emphasizes compliance requirements, including paid sick leave under Executive Order 13706 and considerations for employees’ reimbursement for uniforms and other work-related expenses. It serves as a critical resource for contractors regarding wage obligations and employee protections in federal contracting scenarios.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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.
    29--TANK,FUEL,PORTABLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of portable fuel tanks, specifically NSN 2910016490252, under a Combined Synopsis/Solicitation notice. The requirement includes an estimated quantity of 9 units, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with a guaranteed minimum of one unit. These portable fuel tanks are critical for various military operations and will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    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.
    3.22 COG 2 Northeastern United States
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for fuel delivery services under the 3.22 COG 2 Northeastern United States program, specifically targeting small businesses. The procurement involves providing various fuel types, including gasoline, diesel, and fuel oil, to federal and state facilities across Connecticut, Massachusetts, and other Northeastern states, with a contract period from April 1, 2026, to March 31, 2029. This initiative is crucial for ensuring reliable fuel supply to military and government operations, emphasizing compliance with environmental regulations and delivery requirements. Interested vendors must submit their proposals by January 15, 2026, at 12:00 PM EST, and can direct inquiries to COG 2 at 2026COG2Solicitation@dla.mil or contact Kandace Wright at kandace.wright@dla.mil for further assistance.
    Solvent Tank Maintenance Services
    Dept Of Defense
    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.
    29--TANK,FUEL,ENGINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of fuel tanks for engines, specifically NSN 2910000893947. The requirement includes the delivery of 10 units by a specified date, with an additional single unit to be delivered within a shorter timeframe, highlighting the urgency and importance of these components for military operations. These fuel tanks are critical for the functionality of various military vehicles, ensuring operational readiness and efficiency. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via the provided email address, DibbsBSM@dla.mil, with the solicitation details available on the DLA's website.
    H391--Underground Storage Inspection & Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified small businesses to provide underground and aboveground storage tank inspection and maintenance services for the VA Northern Indiana Healthcare System, specifically at the Marion and Fort Wayne campuses. The procurement involves comprehensive services including compliance checks, leak detection, and maintenance in accordance with Indiana's Storage Tank Rules and other applicable regulations. This contract, which includes a base year and four option years, is critical for ensuring the safety and compliance of the VA's fuel storage systems. Interested vendors must submit their quotes by January 5, 2026, at 1 PM EST, and direct any questions to Contract Specialist Tiera Sims at tiera.sims@va.gov by December 17, 2025, at 3 PM EST.
    Inspection, maintenance and repair of cryogenic storage tanks.
    Dept Of Defense
    The Department of Defense, through the Fleet Readiness Center East (FRCE), is seeking quotes for the inspection, maintenance, and repair of cryogenic storage tanks located at Marine Corps Air Station Cherry Point, North Carolina. The procurement involves a firm-fixed-price contract for semi-annual inspections, routine maintenance, and emergent repairs of four cryogenic tanks, adhering to American Vacuum Society standards, with a contract period spanning from January 14, 2026, to January 13, 2029, including a base year and two option years. This opportunity is crucial for ensuring the operational integrity of cryogenic systems, which are vital for various defense applications. Interested vendors must submit their quotes by the specified deadline and ensure they are registered and active in SAM.gov; for further inquiries, contact Carolyn Powell at carolyn.a.powell.civ@us.navy.mil.
    SOLVENT TANK MAINTENANCE SERVICES FOR EIGHTH ARMY WIDE
    Dept Of Defense
    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.