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
    Description

    The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace and refurbish 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, requiring adherence to safety and environmental regulations. This procurement is a total small business set-aside under NAICS code 562910, 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 15, 2025, following a site visit scheduled for April 17, 2025, and can direct inquiries to Brian Thornton at brian_thornton@nps.gov or call 240-220-8104 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    The document details an amendment for a government solicitation regarding the replacement and refurbishment of a diesel fuel tank system. It provides answers to inquiries submitted after a site visit, clarifying responsibilities related to existing equipment, specifications for new installations, and compliance with relevant codes. Key topics include the current operations of components, the extent of required cleaning and repairs, and the handling of fuels. Essential responsibilities for contractors include adhering to safety regulations and managing documentation for closures and registrations with the West Virginia DEP. The amendment emphasizes potential timelines for deliveries, inspections, and clarifications on local jurisdictional requirements and project planning considerations, including environmental safeguards and traffic control measures. It addresses logistical aspects such as laydown areas for equipment and requirements for removal and transportation of existing tanks. Overall, the amendment aims to ensure that contractors understand project scope, compliance, and procedural expectations, aligning with federal and local regulations in facility management.
    This document amends an existing solicitation under the identification number 140P2125Q0075, significantly extending the time available for quote submissions to May 15, 2025, at 2 PM Central Standard Time. It emphasizes the necessity for contractors to acknowledge the amendment by including it in their offer submissions. Instructions are provided regarding how to acknowledge receipt—either through copies of the amendment, a separate communication referencing the solicitation and amendment numbers, or by modifying existing offers via letters or electronic means. The modification pertains only to the quote submission timeline, with all other terms and conditions of the solicitation remaining unchanged. This amendment is a part of the administrative processes associated with government contracting, ensuring that potential contractors are duly informed and allowed additional time to prepare their submissions to comply with the requirements set forth in federal contracting regulations.
    The document outlines an amendment to a solicitation related to the National Park Service (NPS) requirements for Above-Ground Storage Tanks (ASTs) in West Virginia. It clarifies vendor inquiries, focusing on RFI #47 regarding the qualifications of inspectors for AST installations. Inspections must comply with various codes, including the International Fire Code (IFC), International Building Code (IBC), and federal regulations such as the EPA’s Spill Prevention, Control, and Countermeasure (SPCC) requirements. The amendment details necessary notification processes to the West Virginia Department of Environmental Protection before replacing tanks, including the requirement for a certified worker on-site. Additional considerations for AST replacement, like secondary containment and final closure reports, are also highlighted. The document stresses a structured approach to compliance, operational safety, and environmental protection while ensuring contractors are informed of all regulatory conditions before beginning work. Overall, it underscores the importance of adhering to state and federal regulations regarding ASTs, emphasizing a thorough understanding of the necessary standards and processes.
    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
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    Replace Fuel Tanks and Piping, Building 4075
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the replacement of fuel tanks and piping in Building 4075 at Marine Corps Air Station Cherry Point, North Carolina. This project, estimated to cost between $100,000 and $250,000, requires the demolition of existing above-ground fuel storage tanks and the installation of new insulated double-wall steel tanks, pumps, and associated piping, with a completion period of 210 calendar days. The procurement is restricted to pre-selected Mechanical MACC contractors, and proposals must be submitted by November 24, 2025, at 12:00 PM, with all amendments acknowledged to avoid rejection. Interested contractors can contact Kathryn French Nethercutt at kathryn.l.french5.civ@us.navy.mil or Juan Barra at juan.m.barra.civ@us.navy.mil for further details.
    NERI 227183 Rend Trail Project
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the NERI 227183 Rend Trail Project at New River Gorge National Park in West Virginia. This project entails the rehabilitation of five bridges, replacement of nine timber cribbing walls, and improvements to trail surfaces and drainage systems, with a total construction magnitude exceeding $10 million. The procurement is set aside for small businesses, emphasizing the importance of enhancing park infrastructure for visitor safety and accessibility. Proposals are due by November 18, 2025, at 11:00 AM MT, and interested contractors should contact Rachel Dyer at racheldyer@nps.gov for further details.
    Y--Lagoon & Access Road Repair - Death Valley (DEVA)
    Buyer not available
    The Department of the Interior, National Park Service, is soliciting proposals for the Lagoon & Access Road Repair project at Death Valley National Park (DEVA). The project aims to restore the lagoon at Stovepipe Wells, addressing erosion damage, improving access roads and drainage, removing invasive vegetation, recompacting berms, regrading the site, and replacing damaged fencing. This restoration is crucial for maintaining the park's infrastructure and environmental health, with an estimated contract value between $250,000 and $500,000. Interested small businesses must be registered in SAM.gov under NAICS code 237990 and submit their proposals by October 8, 2025, with a bid opening scheduled for November 19, 2025. For further inquiries, contact Cole Johnson at colejohnson@nps.gov or call 267-321-0342.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This initiative aims to rehabilitate and upgrade water and septic utility systems in the St. Mary and Two Medicine areas, including improvements to wells, water distribution systems, and wastewater treatment facilities. The project is significant for maintaining essential infrastructure within the park, ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by December 5, 2025, with an estimated contract value exceeding $10 million and a performance period of 610 calendar days. For further inquiries, contact Vicki Freese-supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Z--PIPESTONE - REHAB VISITOR CENTER RESTROOMS
    Buyer not available
    The Department of the Interior, through the National Park Service, is preparing to issue a Request for Quotation (RFQ) for the remodel of restroom facilities at the Pipestone National Monument. This project aims to enhance visitor amenities by renovating the existing restrooms, which is crucial for maintaining the park's accessibility and visitor experience. The contract will be a firm-fixed price and is set aside 100% for small businesses under NAICS code 236220, with a project magnitude estimated between $100,000 and $250,000. Interested contractors should note that the formal solicitation is expected to be released around October 20, 2025, with responses due approximately 30 days later, and they must contact Joseph Kirk at josephkirk@nps.gov or call 605-574-0510 for further details.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract, valued at over $10 million, aims to rehabilitate and upgrade wastewater treatment facilities, including the construction of new structures and the rehabilitation of existing systems to address deficiencies in current operations. The project is critical for maintaining environmental standards and ensuring the effective management of wastewater in a national park setting. Interested contractors must submit their proposals by December 19, 2025, and are encouraged to direct any questions to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California. This project aims to construct a new facility adjacent to the existing plant, which has been in operation for over 50 years, and is critical for managing wastewater for various park facilities, including campgrounds and visitor centers. The contract, valued at over $10 million, requires completion within 2,190 calendar days, with proposals due by January 7, 2026. Interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310 for further details.
    Tanker Truck Fuel Pick-up
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking qualified vendors for a contract related to the supply of fuel services, including unleaded fuel, E-85 ethanol, and diesel fuel, for operations in Brunswick, Georgia. The procurement is set aside for small businesses and includes an amendment that clarifies vendor responsibilities, operational parameters, and compliance with regulations, particularly concerning trafficking in persons. This contract is crucial for ensuring a continuous fuel supply from October 1, 2024, through July 31, 2025, with potential extensions through 2029. Interested parties should contact Sheila Henley at sheila.henley@fletc.dhs.gov or call 912-267-2330 for further details and to acknowledge receipt of the amendment by the specified date.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. This project, identified as FODO 253278, involves a comprehensive renovation that includes the addition of a three-story glass and steel structure, interior interpretive areas, and significant upgrades to existing systems and utilities, with a construction magnitude estimated between $1,000,000 and $5,000,000. The rehabilitation is crucial for enhancing visitor facilities while ensuring compliance with various safety and accessibility standards, including the Architectural Barriers Act and the International Building Code. Interested contractors must submit their proposals by December 9, 2025, and are encouraged to contact John Babcock at johnbabcock@nps.gov for further details and to confirm attendance at scheduled site visits.