INSTALLATION OF A 10,000 GALLON UNDERGROUND WATER STORAGE TANK SYSTEM - GRAY MAINE
ID: 142081-25-0004Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

STORAGE TANKS (5430)

Set Aside

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

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the installation of a 10,000-gallon underground water storage tank system at the National Weather Service Weather Forecast Office in Gray, Maine. The project aims to enhance the water system to ensure continued operational capability for weather forecasting and related activities, requiring contractors to provide all necessary labor, materials, and equipment while adhering to state and federal regulations. The estimated contract value ranges from $175,000 to $200,000, with a firm fixed-price contract to be awarded based on project schedule, prior experience, and price. Interested small businesses must submit their quotes electronically by 4:00 PM Eastern on November 20, 2025, to the designated government representatives, Dallas Thurston and Jacquelyn A. Shewmaker, whose contact details are provided in the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file addresses industry questions regarding a federal RFP for a 10,000-gallon underground potable water storage tank system. Key responses clarify procedures for a potential government shutdown, stating an automatic extension of the submission deadline to the third business day after reopening, with site visits subject to rescheduling and a revised quote due date if applicable. The document also specifies that contractors are responsible for designing piping, pump sizing, and controls, as well as proposing the tank's material, provided it meets specified capacity, potable water suitability, and compliance with federal, state, and local codes (e.g., State of Maine, EPA, AWWA, ASTM, NFPA). No additional government drawings for piping or tank specifications will be provided, with the tank to be filled by tanker. The mechanical room location is identified as part of the Storage Room, and connections are to be made to an existing jockey tank. Finally, the government does not maintain a separate
    This government file addresses industry questions and NOAA's responses regarding a federal solicitation, likely for a construction or infrastructure project. Key decisions, such as the use of existing well pump circuits and pump type, are left to the contractor. Electrical voltages require reference to building drawings. However, the pump and filter must be connected to emergency power. A critical clarification states the retaining wall height is 10-12 inches for an underground tank, not 10-12 feet. The contractor is also responsible for providing 10,000 gallons of potable water for tank chlorination. General inquiries emphasize that while responses to specific items are required for a fully responsive submission, small businesses with limited past experience can submit a project schedule and/or subcontracting plan without negative impact. If subcontracting, the primary vendor must perform at least 15% of the work as per FAR 52.219-14(e)(3).
    The Standard Form 30 (SF 30) is a crucial government document used for amending solicitations or modifying contracts. It outlines the procedures for offerors to acknowledge amendments to solicitations, including methods like completing specific items on the form, acknowledging receipt on the offer copy, or through separate communication. Failure to acknowledge receipt promptly can lead to the rejection of an offer. The form also details how to change a previously submitted offer in response to an amendment. For contract modifications, the SF 30 specifies categories such as change orders, administrative changes, and supplemental agreements, requiring explicit authority for each. It provides instructions for filling out various items, including contract ID codes, effective dates, issuing and administering offices, contractor details, and accounting data. The document emphasizes organizing amendments and modifications under Uniform Contract Format (UCF) section headings and detailing the financial impact on the overall contract price. The contracting officer's signature is not always required for solicitation amendments but is typically affixed last on supplemental agreements. This form ensures clear, legally binding communication and documentation for changes in government procurement processes.
    This document is an amendment to a solicitation/modification of contract (Standard Form 30) related to federal government RFPs. It outlines procedures for acknowledging receipt of amendments, modifying offers, and details specific changes. Key updates include extending the deadline for questions from November 12, 2025, to November 17, 2025, and the deadline for offers from November 17, 2025, to November 20, 2025. Additionally, the Statement of Work is amended to require the contractor to furnish and install a non-metallic 10,000-gallon underground storage tank compatible with spray insulation or an approved alternative method to prevent freezing. The document also provides instructions for completing various fields on the form, such as contract ID, effective dates, accounting data, and description of changes. It emphasizes that all other terms and conditions of the original document remain unchanged.
    This government document outlines the procedures for amending solicitations and modifying contracts using Standard Form 30 (SF30). It details methods for offerors to acknowledge amendments, including returning signed copies or sending separate communications, emphasizing timely receipt to avoid rejection. The form is used for various modifications, such as administrative changes, supplemental agreements, or change orders, and specifies instructions for completing each item on the form, including contract ID codes, effective dates, accounting data, and descriptions of changes. The document clarifies that a contracting officer's signature is not required for solicitation amendments but is typically affixed last on supplemental agreements. The immediate amendment mentioned in the document is to submit attached RFQ Questions and Answers and correct the NAICS code from 221310 to 237110.
    Standard Form 25 (SF 25) is a performance bond used in government contracts, outlining the obligations of the Principal and Surety(ies) to the United States Government. The bond ensures that the Principal fulfills all contract terms, conditions, and modifications, including any extensions or guaranties. It also mandates payment of federal taxes related to wages under construction contracts subject to 41 USC Chapter 31, Subchapter III. The form details the legal and financial responsibilities of the parties, including co-surety arrangements and individual sureties, and provides instructions for execution, such as affixing seals and providing evidence of authority. This form is prescribed by GSA-FAR and requires GSA's written approval for any deviations, ensuring compliance and financial security for government projects.
    Standard Form 25A (SF 25A) is a payment bond form used by the United States Government to ensure that all persons furnishing labor and materials for a contract are promptly paid. This form is required under 40 USC Chapter 31, Subchapter III, Bonds, and any deviations require written approval from the Administrator of General Services. The bond outlines the obligations of the Principal (contractor) and Surety(ies) to the Government, specifying that the obligation becomes void if the Principal makes timely payments to all direct and subcontractor-related parties for labor and materials. The document provides instructions for completing the form, including guidelines for corporate and individual sureties, emphasizing the need for legal names, business addresses, and proper authorization for signatures. It also details liability limits for co-sureties and the requirement for corporate seals and, if applicable, an Affidavit of Individual Surety (SF 28).
    Attachment 8 outlines the requirements for submitting demonstrated prior experience forms for government projects. Bidders must submit one form per project by September 2, 2025, at 12:00 PM Eastern Time, via email to Timothy Wampler and Jackie Shewmaker. Incomplete forms may not be considered. Both federal and non-federal projects are eligible if relevant in size, scope, and complexity to the target project of installing a 10,000-gallon underground water storage tank system. Bidders must explicitly demonstrate relevance, even for similar work. Each form requires detailed information including contractor's name, UEI, contract details, and a comprehensive description of the project, its relevance, size, scope, and any challenges faced. Specific questions guide the applicant in explaining the type of work performed, its comparison to the target project, scale, specific tasks undertaken, and complexities encountered. The document stresses clarity, specificity, and avoiding jargon, ensuring that evaluators unfamiliar with the bidder's past work can understand its relevance. Contact information for contract references and the preparer is also required.
    This document, "General Decision Number: ME20250050," outlines prevailing wage rates and labor requirements for building construction projects in Cumberland County, Maine, excluding single-family homes or apartments up to four stories. It details minimum wage rates under Executive Orders 14026 ($17.75/hour for contracts post-January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022) for 2025, which are subject to annual adjustments. The document also lists specific wage and fringe benefit rates for various trades, including Carpenters, Electricians, Elevator Mechanics, Ironworkers, Laborers, Cement Masons, Pipefitters, Plumbers, Bricklayers, and Equipment Operators. It explains the identifiers for union, union average, survey, and state-adopted wage rates. Additionally, it references Executive Order 13706, which mandates paid sick leave for federal contractors, and provides a comprehensive appeals process for wage determinations, including contacts for initial decisions and review by the Wage and Hour Administrator and Administrative Review Board.
    Attachment 8 outlines the requirements for submitting Demonstrated Prior Experience Forms for government projects. Contractors must submit one form per project by October 14, 2025, at 4:00 P.M. Eastern, via email to Timothy Wampler (timothy.wampler@noaa.gov) and Jackie Shewmaker (jackie.a.shewmaker@noaa.gov). Incomplete forms may not be considered. Eligible projects include relevant non-federal work (municipal, private, or state). The form requires detailed information on the contractor, project name and number, contract type, dates, value, and whether the company was the prime contractor. Crucially, contractors must explain the relevance of each past project to the requirement of installing a 10,000-gallon underground water storage tank system, detailing the work performed, project size, scope, and any challenges faced. Up to three additional pages can be attached per form. Contact information for a contract reference and the preparer is also required.
    This amendment modifies Solicitation 142081-25-0004/0001, extending its term from October 7, 2025, to November 17, 2025. Key changes include revisions to the Statement of Work, such as adding details on portable toilets (Section 4.7.2), example material (Section 5.2.4), and parking lot use limitations (Section 6). It also specifies multiple kick-off meetings (Section 8.1) and adds Attachments 8-24 (Section 14). The amendment updates the email for CAR 1352.215-72 inquiries to dallas.thurston@noaa.gov and changes the submission date to November 12, 2025. Finally, the section regarding Government Shutdown Contingency has been removed.
    This document outlines the Statement of Work for Phase II of the water system upgrades at the National Weather Service Weather Forecast Office (WFO) in Gray, Maine. The project requires a contractor to furnish all labor, materials, equipment, and supervision to install a 10,000-gallon underground water storage tank system and supporting infrastructure. This includes site preparation, tank installation, water line and drainage, pump and filter systems, and finishing work, all in compliance with State of Maine, EPA, NFPA, ASTM, and AWWA standards. The contractor is responsible for obtaining permits, quality control, and providing temporary facilities. Key deliverables include various plans, reports, and post-performance documentation such as O&M manuals and certified water quality test results. The project has an estimated on-site duration of 3-4 weeks and must be completed before ground freeze. The document also details federal acquisition regulations, contract type, and specific clauses related to small business programs, Buy American requirements, and electronic payment submissions via FedConnect and IPP. Technical points of contact and their limitations are also defined.
    This government Statement of Work outlines the requirements for Phase II installation of a 10,000-gallon underground water storage tank system at the National Weather Service (NWS) Weather Forecast Office in Gray, Maine (KGYX). The project, dated November 6, 2025, aims to upgrade the water system to ensure continued mission capability for weather forecasting, radar operations, and upper-air balloon releases covering western Maine and New Hampshire. The contractor is responsible for furnishing all labor, materials, equipment, supervision, and incidentals to install the tank and supporting infrastructure, including tie-downs, piping, a lift pump, UV light, carbon filter, drainage basin, perimeter wall, and mulch covering. All work must comply with State of Maine building, plumbing, and environmental codes, EPA potable water guidelines, and applicable NFPA, ASTM International, and AWWA standards. Key tasks include site preparation, tank system installation, water line and drainage work, pump and filter system installation, finishing work, and rigorous testing to meet State of Maine water quality standards. The project has an estimated on-site duration of 3 to 4 weeks and must be completed before ground freeze conditions. The document also details contractor responsibilities, required deliverables (including various plans, bonds, and reports), kickoff and post-award meeting protocols, and a comprehensive list of incorporated FAR, CAR, and NAM clauses. Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Processing Platform System (IPP).
    This government file outlines a Statement of Work for Phase II of water system upgrades at the National Weather Service (NWS) Weather Forecast Office in Gray, Maine (KGYX). The project's main purpose is to install a new 10,000-gallon underground water storage tank system and supporting infrastructure to ensure continued mission capability. The contractor is responsible for providing all labor, materials, equipment, and supervision for site preparation, tank system installation, water line and drainage, pump and filter systems, and finishing work. The project must comply with State of Maine codes, EPA potable water guidelines, and various industry standards. Key deliverables include a project schedule, safety and quality control plans, weekly progress reports, and post-performance documentation such as O&M manuals, certified water quality test results, and as-built drawings. The contract is a Firm-Fixed-Price type, with an estimated on-site duration of 3 to 4 weeks, aiming for completion before ground freeze conditions. The document also details federal acquisition regulations, payment submission protocols via FedConnect and IPP, and defines the roles and limitations of the Technical Point of Contact (TPOC).
    This government Statement of Work (SOW) outlines the requirements for Phase II of water system upgrades at the National Weather Service (NWS) Weather Forecast Office in Gray, Maine (KGYX). The project involves the installation of a 10,000-gallon underground water storage tank system and supporting infrastructure, including tie-downs, piping, a lift pump, UV light, carbon filter, drainage, perimeter wall, and mulch covering. The contractor is responsible for all labor, materials, equipment, permits, and ensuring compliance with State of Maine, EPA, NFPA, ASTM, and AWWA standards. Key tasks include site preparation, tank system installation, water line and drainage work, pump and filter system integration, finishing work, and rigorous testing to meet potable water standards. The project emphasizes timely completion before ground freeze, adherence to all applicable regulations, and submission of numerous deliverables, including a project schedule, safety plan, quality control plan, and post-performance documentation. All work is subject to government inspection and acceptance, with specific guidelines for communications and contract modifications through the Contracting Officer.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MAJOR MAINTENANCE & REPAIR (M&R) AT USCG SECTOR FIELD OFFICE, SOUTHWEST HARBOR, ME (HANCOCK COUNTY)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a Major Maintenance & Repair (M&R) project at the Sector Field Office in Southwest Harbor, Maine. The project involves providing all necessary labor, materials, equipment, supervision, and disposal services for repairs to the Multi-Mission Building, Boat Maintenance Facility, and Unaccompanied Personnel Housing. This contract is a total small business set-aside, with an estimated construction value between $1,000,000 and $5,000,000, and a performance period of 362 calendar days from the Notice to Proceed. Interested vendors must register in the System for Award Management and can access solicitation documents starting November 7, 2025, with bids due by December 9, 2025, at 2:00 PM. For further inquiries, contact Daniel B. Walker at Daniel.B.Walker@uscg.mil or by phone at 401-602-3518.
    Hydrogen Purchase/Delivery to Amarillo, TX WFO
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes for the purchase and delivery of hydrogen gas to the National Weather Service (NWS) Amarillo, TX Weather Forecast Office. The procurement involves a total Small Business Set-Aside contract that includes a base year from January 1, 2026, to December 31, 2026, and four additional option years, with an estimated requirement of 230 cylinders annually for weather balloon launches. Timely and consistent delivery is crucial, with deliveries scheduled every two weeks, and the contractor must adhere to strict delivery times and provide a certified pressure gauge annually. Interested vendors must submit their quotes electronically to Jamie.Rosales@noaa.gov by 12:00 PM MST/MDT on December 12, 2025, to be considered for this opportunity, which has an estimated total contract value of $34,647.12 over the five-year period.
    Purchase New Liquid Nitrogen Tank
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    400-Gallon Water Tanker Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for the procurement of twenty (20) 400-gallon water tanker trailers on behalf of the Department of Navy. These trailers must meet stringent Military and Society of American Engineer standards, featuring a 304L stainless steel tank, robust suspension, and capabilities for air transport, ensuring they are suitable for both tactical and commercial use. Interested vendors must submit their quotes electronically by December 12, 2025, and direct any questions by December 9, 2025, to the primary contact, John E. (Ed) Hodges, at john.hodges@gsa.gov. This opportunity is set aside for small businesses, and all submissions must comply with the requirements outlined in the attached documents.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Power Reliability and Water Resiliency Upgrades at the Portsmouth Naval Shipyard in Kittery, Maine. This project aims to enhance the electric and water utility systems critical for supporting nuclear-powered submarines and associated facilities, involving both on-base work and off-base modifications in collaboration with local utility providers. The procurement is unrestricted and will be evaluated based on both price and non-price factors, with a significant emphasis on corporate experience, scheduling, small business utilization, safety, and past performance. Interested contractors must submit their proposals, including various required forms and documentation, by the specified deadlines, and are encouraged to attend a pre-proposal conference on December 16, 2025, for further insights into the project. For additional information, potential bidders can contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil.
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is seeking bids for the Bar Harbor Breakwater Repair Project located in Bar Harbor, Maine. The project involves repairing two significant sections and several minor areas of a historic rubble mound breakwater that has sustained storm damage since its construction between 1889 and 1916. This repair work is crucial for maintaining the structural integrity of the breakwater, which extends approximately 2,500 linear feet and is essential for coastal protection in the area. Interested contractors should note that the solicitation will be available around October 2025, with construction anticipated to begin in the spring of 2026, and the estimated construction cost ranges from $10 million to $25 million. For further inquiries, contact Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    Sole Source - U.S.C.G Station Tillamook Main Water Line Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, intends to award a sole source contract to the City of Garibaldi for the repair of the main water line at Station Tillamook Bay, Oregon. The project involves replacing a damaged 6-inch water line, which is critical for fire suppression, sanitation, and cleaning services at the station, and requires the contractor to provide all necessary personnel, equipment, and services while adhering to safety regulations. The estimated cost for this procurement is $27,051, with a contract performance period from November 26, 2025, to December 8, 2025. Interested parties may direct inquiries to Michelle Myhra at Michelle.M.Myhra2@uscg.mil, as this opportunity is not open for competitive proposals.
    AK SAIC ANCHORAGE HYDRATION STATION
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the selected contractor to provide all necessary labor, materials, tools, and equipment, ensuring compliance with local building codes and federal regulations, including environmental and historical preservation standards. This installation is crucial for enhancing operational efficiency and ensuring the well-being of personnel at the facility. The total construction cost is estimated to be less than $25,000, with a completion deadline set for December 31, 2025. Interested contractors can reach out to Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792 for further details.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    Hydrogen Purchase/Delivery to Miami, FL WFO
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide hydrogen gas and cylinder rental services for the National Weather Service (NWS) Miami Weather Forecast Office (WFO). The procurement involves the purchase and delivery of a maximum of 230 full 300 CF hydrogen cylinders annually, with deliveries scheduled every two weeks, starting from January 1, 2026, through December 31, 2026, and includes four optional one-year extensions through December 31, 2030. This hydrogen is essential for various operational needs within the NWS, ensuring the agency can effectively carry out its weather forecasting responsibilities. Interested vendors must submit their quotes electronically by December 15, 2025, at 12:00 PM MST/MDT to Jamie.Rosales@noaa.gov, with the evaluation based on price and technical capability.