54--Replace/Refinish Fuel Tanks at Harper's Ferry NHP
ID: 140P2125Q0075Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Remediation Services (562910)

PSC

STORAGE TANKS (5430)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 3:00 PM UTC
Description

The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide labor, materials, and supervision for the replacement and refurbishment of fuel tanks at Harper's Ferry National Historical Park in West Virginia. The project involves the removal of a non-compliant 2,000-gallon diesel above-ground storage tank and the refurbishment of a 4,000-gallon unleaded gasoline tank, ensuring compliance with safety and environmental regulations. This procurement is critical for maintaining the park's operational integrity and historical preservation, with a firm-fixed-price contract to be awarded based on the lowest price that meets technical requirements. Interested contractors must submit their quotes by May 8, 2025, following a site visit scheduled for April 17, 2025, and can direct inquiries to Brian Thornton at brian_thornton@nps.gov or by phone at 240-220-8104.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 8:06 PM UTC
This Statement of Work outlines the requirements for the removal and replacement of a 2,000-gallon diesel Above Ground Storage Tank (AST) and the refurbishment of a 4,000-gallon unleaded gasoline AST at Harpers Ferry National Historical Park. The diesel tank is deemed non-compliant due to a significant rust issue, while the gasoline tank requires exterior cleaning and recoating due to deterioration. The scope includes the secure removal of the old diesel tank, installation of a new one, and ensuring compliance with safety and environmental regulations. This entails providing necessary equipment and modifications to meet current Federal, State, and local requirements, including emergency and leak protection systems. Maintenance of the gasoline tank includes refinishing to meet West Virginia code and installing new safety decals. Contractors must submit a project schedule, safety plan, and quality assurance documents before work commencement. The performance period is set for 120 days, with all operations confined to normal business hours. Special requirements for site security, waste management, and adherence to building codes are articulated, emphasizing environmental protection and adherence to recycling protocols. The document is essential for ensuring compliance with regulations while maintaining the historical integrity of the park.
Apr 10, 2025, 8:06 PM UTC
The document details the Wage Determination No. 2015-4285 issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage and fringe benefits requirements for federal contracts in Jefferson County, West Virginia. It specifies that contracts awarded or renewed after January 30, 2022, must adhere to Executive Order 14026, setting a minimum wage of $17.75 per hour for covered employees. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is $13.30. Additionally, the document lists various occupations and their corresponding wage rates, as well as fringe benefits, including health and welfare, vacation, and holidays. It emphasizes compliance with both the Service Contract Act and Executive Orders regarding paid sick leave and workplace safety differentials for hazardous roles. This wage determination is critical for ensuring fair labor practices in federal contracting, aligning worker compensation with federal standards designed to promote workforce protections and economic equity. Contractors are informed of the conformance process for unlisted job classifications, reinforcing the importance of equitable treatment in employee compensation.
Apr 10, 2025, 8:06 PM UTC
The document outlines Amendment 1 to solicitation number 140P2125Q0075, concerning the replacement of a diesel above-ground storage tank and refurbishment of a gasoline storage tank at Harper’s Ferry National Historical Park, WV. Key modifications include a change in the Contracting Officer to Brian Thornton, updating submission deadlines for quotations and inquiries, and incorporation of revised terms. This solicitation is a Request for Quotation (RFQ) set aside for small businesses, with a focus on hazardous material management. Contractors must offer replacement and refurbishing services within 120 days following contract award. A site visit is scheduled for April 17, 2025, with a final quote deadline of May 8, 2025, emphasizing compliance with submission rules to avoid disqualification. The procurement process adheres to federal guidelines under FAR and is designed to ensure fair competition among qualified small businesses. The summary highlights the need for a project narrative and price breakdown in quotes, as well as various regulatory and labor standards applicable to the contract, ensuring transparency and accountability in government contracting.
Apr 10, 2025, 8:06 PM UTC
The document outlines a request for quotations (RFQ) for the replacement of a diesel above-ground storage tank and the refurbishment of a gasoline storage tank at Harper’s Ferry National Historical Park, West Virginia. The project requires interested contractors to provide all necessary labor, materials, tools, and supervision to accomplish these tasks, adhering to the outlined scope and regulations. The deadline for submission of quotes is May 8, 2025, with a site visit scheduled for April 17, 2025, to facilitate contractor assessment of the project site. The procurement is designated as a 100% total small business set-aside under the NAICS code 562910, with a size standard of $25 million. The government aims to award a firm-fixed-price contract based on the lowest price that meets the technical requirements. The RFQ also emphasizes the necessity for potential contractors to be registered in the System for Award Management (SAM) and to provide a detailed project narrative alongside their quotes. Compliance with various federal acquisition regulations and clauses is mandated, reflecting the government’s commitment to maintain high standards in contract awarding and execution.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
54--SITK - REPLACE VISITOR CENTER FUEL TANK
Buyer not available
The Department of the Interior, through the National Park Service's Alaska Regional Office, is soliciting proposals for the replacement of a heating fuel above-ground storage tank at the Sitka National Historical Park Visitor Center. The project entails the safe removal of an existing 2,000-gallon tank and its replacement with a new 1,350-gallon tank, ensuring compliance with safety regulations and minimal disruption to the historic environment. This initiative underscores the federal government's commitment to sustainability and resource preservation while enhancing park facilities. Interested small businesses must submit their quotes by April 28, 2025, and acknowledge the amendment extending the response deadline to May 9, 2025, with the period of performance adjusted to May 12, 2025, through August 10, 2025. For further inquiries, contractors can contact Francisco Velasco at franciscovelasco@nps.gov or by phone at 907-644-3313.
Propane Tank Replumbing & Testing at Yosemite NP
Buyer not available
The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide services for the replumbing, inspection, and testing of an 18,000-gallon above-ground propane tank at Yosemite National Park in California. The project aims to address substandard plumbing and potential leaks in the existing system, requiring contractors to supply necessary materials, including a temporary tank, and to adhere to local and state propane gas codes during the overhaul. This procurement is crucial for maintaining safety and operational standards within the park's infrastructure. Interested parties must submit their quotes by 5:00 PM Pacific Time on May 12, 2025, and direct any questions to Lisa Henson at lisahenson@nps.gov by April 29, 2025.
REPLACEMENT OF SEPTIC TANK AT LOST HORSE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of a septic tank at the Lost Horse Ranger Station in Joshua Tree National Park. The project involves removing an outdated 1967 septic tank and installing a modern 1,500-gallon system, ensuring compliance with current environmental codes and safety regulations. This initiative is crucial for maintaining the infrastructure of national parks and ensuring the facility's functionality and environmental compliance. Interested small businesses must submit sealed bids by the specified deadline, with a site visit scheduled for April 24, 2025, and the project completion expected within 30 days after the notice to proceed. For further inquiries, contact Caroline Bachelier at carolinebachelier@nps.gov.
Z--Replace Roof and Gutter - CNHP
Buyer not available
The National Park Service, under the Department of the Interior, is soliciting proposals for the replacement of the roof and gutter system at 109 Jefferson St., Colonial National Historic Park, Virginia. The project involves removing approximately 2,000 square feet of asphalt shingles, repairing damaged plywood, and installing new gutters and gutter guards, all while adhering to OSHA safety guidelines and ensuring minimal disruption to the facility's occupancy. This procurement is crucial for maintaining the historical integrity of the site and ensuring the longevity of the structure. Interested contractors must submit sealed bids by 1200 EDT on May 9, 2025, with a performance period scheduled from June 2, 2025, to September 30, 2025. For further inquiries, potential bidders can contact Melvin Gartrell at melvingartrell@nps.gov.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
F--Dune Climb Well Replacement
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Quote (RFQ) for the Dune Climb Well Replacement project at Sleeping Bear Dunes National Lakeshore in Empire, MI. This project involves drilling a new well approximately 90 feet deep, connecting it to the comfort station water system, and abandoning the old well in compliance with local regulations. The contract, valued between $25,000 and $100,000, is set aside exclusively for small businesses, with a firm-fixed price expected to be awarded by early July 2015, and performance commencing in July 2025. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 234-571-7515 for further details, and are encouraged to attend a site visit to better understand the project requirements.
F109--Underground Fuel Storage Tank Inspection & Maintenance - Det roit
Buyer not available
The Department of Veterans Affairs is seeking a contractor to perform underground fuel storage tank inspection and maintenance services at the John D. Dingell VA Medical Center in Detroit, Michigan. The contractor will be responsible for conducting quarterly and annual inspections, maintenance, calibration, and testing of six underground storage tank systems, ensuring compliance with the State of Michigan's regulations and the Petroleum Equipment Institute's national standards. These services are critical for maintaining the operational integrity and safety of the fuel storage systems, thereby mitigating environmental hazards. Interested vendors must contact Contract Specialist Morgan A. Stein at Morgan.Stein@va.gov, with a mandatory site visit scheduled for May 1, 2025, and technical inquiries due by May 7, 2025.
J--WORI REPLACE BOILER AT STANTON HOUSE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals from qualified small businesses for a construction contract to replace the boiler at the Elizabeth Cady Stanton House in Seneca Falls, NY. The project involves the environmentally-friendly removal of an existing 100,000 BTU natural gas boiler and its replacement with an energy-efficient system, ensuring compliance with historic preservation regulations while maintaining the integrity of the structure. This initiative underscores the National Park Service's commitment to preserving historical sites while upgrading essential infrastructure. Proposals are due by May 1, 2025, with work expected to commence on July 15, 2025, and be completed by September 30, 2025. Interested contractors can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398 for further details.
N056--Boiler Reserve Fuel Trailer | EDA: 05/28/2025 | Current MS: FORCE | Status: 3/28/25 - Assigned to James in FORCE & eCMS, pgd; 3/28/25 - Sent email to Shawn Shaffer, BC Construction Team to look this over, also emailed B. Haedrich requesting
Buyer not available
The Department of Veterans Affairs (VA) is seeking information from qualified contractors for the procurement of a 6,000-gallon reserve fuel tank trailer, as part of a Request for Information (RFI) aimed at market research. The project includes specific installation requirements that must comply with DOT, EPA, and MDE regulations, and entails the provision of a supply line, temporary fencing, and jersey barriers to ensure safety and accessibility. This procurement is crucial for maintaining operational capabilities at the Baltimore VA Medical Center, and interested firms, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), are encouraged to submit their qualifications by May 2, 2025, to the designated contact, James Ferro, at james.ferro@va.gov.
Z--Comfort Station Cyclic Upgrades
Buyer not available
The National Park Service, under the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for the Comfort Station Cyclic Upgrades project at the Lake Meredith National Recreation Area in Fritch, TX. This project involves providing all necessary labor, materials, and equipment to perform cyclic upgrades on two pre-cast CXT Navajo quad flush/shower buildings, including painting and sealing surfaces, and replacing water heaters and skylights. The contract, valued between $100,000 and $250,000, is set aside exclusively for small businesses and is expected to be awarded by early July 2025, with work commencing shortly thereafter. Interested contractors should contact Jarrod Brown at jarrodbrown@nps.gov or 330-468-2500 for further details and ensure they are registered in the System for Award Management (SAM) prior to the solicitation's release in early June 2025.