Replace/Refinish Fuel Tanks at Harper's Ferry NHP
ID: 140P2125Q0075Type: Combined Synopsis/Solicitation
AwardedJul 8, 2025
$83.2K$83,225
AwardeeB.S. ENVIRONMENTAL, INC. 5406 CROWS NEST CT Sykesville MD 21784 USA
Award #:140P2125P0053
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
    Similar Opportunities
    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.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks are required to match existing models and will be utilized to store potable water for wildlife, particularly in drought-prone areas. The contract is a 100% Total Small Business set-aside, firm-fixed-price agreement, with quotes due by December 22, 2025, at 5:00 pm EST, and a performance period from December 29, 2025, to February 16, 2026. Interested vendors should direct inquiries and submissions to Khalilah Brown at khalilahbrown@fws.gov.
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    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.
    Offutt Tank Inspection
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, 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 critical for maintaining the safety and integrity 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 call 402-995-2480 for further information.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.