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
    FUEL STORAGE TANK
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting offers for the procurement of a fuel storage tank, as outlined in Solicitation Number N4215826QE006. This opportunity is aimed at manufacturers within the Metal Tank (Heavy Gauge) Manufacturing industry, specifically for the provision of lubrication and fuel dispensing equipment. The successful contractor will be responsible for delivering the specified tank to Portsmouth, Virginia, which is critical for supporting naval operations. Interested vendors must submit their quotations via email to Michelle Augustus by December 10, 2025, at 12:00 PM, and are encouraged to review the attached solicitation documents for detailed requirements and compliance instructions.
    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.
    Supply & Deliver Diesel to Alcatraz, GOGA
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking proposals for the supply and delivery of 20,000 gallons of Off-Road Diesel or Renewable Diesel (RD99) to Alcatraz Island, California. This procurement is part of a firm-fixed-price purchase order, with a performance period from January 1, 2026, to June 25, 2026, and is classified under NAICS code 324110 (Petroleum Refineries). The diesel is essential for operational activities on Alcatraz Island, ensuring the park's services are maintained efficiently. Interested vendors must submit their quotes via email to Quinn Rankin at quinnrankin@nps.gov by December 9, 2025, and are encouraged to attend a site visit on December 4, 2025. Proposals will be evaluated based on technical acceptability, delivery capability, past performance, and price.
    H391--Underground Storage Inspection & Maintenance
    Buyer not available
    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.
    Offutt Tank Inspection
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tank inspection services at Offutt Air Force Base, Nebraska. The procurement involves conducting API Modified Inspections on four Jet A fuel tanks, including tasks such as fuel removal, tank cleaning, and the development of strapping charts, all adhering to federal and state regulations. This contract is crucial for maintaining the integrity and safety of fuel storage facilities, ensuring compliance with environmental and safety standards. Proposals are due by December 16, 2025, at 2:00 PM CST, and interested parties should contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil for further information.
    J091--Fuel Quality Maintenance/Resupply Services Ann Arbor VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Fuel Quality Maintenance and Resupply Services at the Ann Arbor VA Healthcare System in Michigan. The procurement includes a base year and four option years, focusing on services such as tank jet cleaning, fuel polishing, semi-annual water remediation, annual fuel stabilization, and fuel quality testing, with a requirement to resupply approximately 45,000-47,000 gallons of No. 2 diesel fuel across six storage tanks. These services are critical for maintaining fuel quality and compliance with industry standards, ensuring the operational efficiency of the healthcare system's fuel supply. Interested contractors should direct inquiries to Contract Specialist Cierra S. Joshua at Cierra.Joshua@va.gov, with the solicitation expected to be posted soon and the contract awarded based on proposals that meet the outlined requirements.
    Repair Fuel System B4505
    Buyer not available
    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. This project involves the repair of three fuel storage tanks, associated piping, equipment, and the concrete pad, with strict adherence to government regulations and procedures. The estimated cost for this project ranges between $500,000 and $1,000,000, and work must be completed within 180 calendar days, with proposals due by January 12, 2026, at 2:00 PM EST. Interested contractors must be among the specified General MACC holders and are required to attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil.
    Z--NCR PRWI: C5 BATHHOUSE & VISITOR ACCESS
    Buyer not available
    The Department of the Interior, through the National Park Service, is issuing a presolicitation announcement for the rehabilitation of two bathhouses at Cabin Camp 5 in Prince William Forest Park, Triangle, VA. The project, estimated to cost between $1,000,000 and $5,000,000, aims to reconfigure the bathhouses for compliance with the Architectural Barriers Act Accessibility Standards (ABAAS), replace fixtures, and upgrade plumbing, masonry, and electrical systems, while also constructing accessible pedestrian paths. This procurement is set aside for small businesses under NAICS code 236220, with a contract duration of 200 days, and the solicitation is expected to be released electronically on SAM.gov on or after December 8, 2025, with responses due approximately 30 days later. Interested vendors must be registered and active in SAM, and inquiries should be directed to Tim Wind at timwind@nps.gov.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.
    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 Package 1" project at Glacier National Park, Montana. This project aims to replace and upgrade water and septic utility systems, specifically focusing on improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System. The initiative is critical for maintaining the park's infrastructure and ensuring compliance with health and safety regulations while minimizing environmental impact. Interested small businesses must submit their proposals by January 6, 2026, at 2:00 p.m. Mountain Time, and can direct inquiries to Vicki Freese-supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467. The estimated contract value exceeds $10 million, with a performance period spanning from August 4, 2025, to July 31, 2027.