Martin State ANGB API Tank Inspection (PO 49)
ID: PANNWD25P0000-004875Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

INSPECTION- FUELS, LUBRICANTS, OILS, AND WAXES (H391)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for an API Tank Inspection and wiper seal replacement at Martin State Airport in Maryland. The contract, set aside for small businesses under NAICS code 541990, requires comprehensive inspection services to ensure compliance with regulatory standards and the integrity of fuel storage systems. This procurement is critical for maintaining operational safety and environmental protection, with proposals due by April 25, 2025. Interested contractors should direct inquiries to MAJ Minh Thu Vu at minhthu.t.vu@usace.army.mil or Tony Manna at tony.j.manna@usace.army.mil for further details.

    Files
    Title
    Posted
    The document details a series of service and supply requests for tank-related work at Facility 3040. It outlines three main items: (1) the API Internal Tank Inspection Service, which includes initial meetings, fuel transfer/removal, tank cleaning, testing, and reporting, under a firm-fixed-price (FFP) contract; (2) the replacement of wiper and pan penetration seals, also under an FFP arrangement; and (3) an optional service for the removal and disposal of excess fuel, priced per gallon with a limit of 2,000 gallons per purchase order. All services are to be conducted at the destination facility, ensuring compliance with specified performance work standards (PWS). This request highlights the government's intention to maintain and ensure the safe operation of tank facilities through regulated services. The overall purpose of the document is to solicit qualified contractors to submit proposals for these crucial maintenance services, reinforcing safety and compliance standards within governmental operations.
    This document outlines a non-personnel services contract for inspecting Department of Defense fuel tanks at Martin State, MD. The contract requires the contractor to remove and dispose of fuel, clean tanks, replace seals, and conduct internal inspections per specified standards. Key responsibilities include preparing various plans, conducting inspections compliant with industry standards and regulations, and providing detailed reporting including a Coating Condition Survey and inspection reports. The work must be coordinated with installation personnel for site access, scheduling, and ensuring safety compliance. Deliverables include a Work Plan, Health and Safety Plan, and Final Inspection Reports detailing findings and recommendations. The contractor is also responsible for establishing a report of findings with a teleconference upon completion, ensuring safety and compliance throughout, and adhering to specific governmental guidelines. This Request for Proposal (RFP) focuses on enhancing the safety and operational reliability of fuel storage systems, demonstrating a commitment to regulatory compliance and operational integrity within federal guidelines.
    The document outlines the submission requirements for a federal solicitation by the U.S. Army Corps of Engineers. Potential contractors must submit their proposals in a specific format, including company information as listed in the System for Award Management (SAM), contact details, and required certifications. Proposals should not exceed five pages and must include an array of technical and past performance information demonstrating the contractor's capabilities. Key factors for evaluation include technical capability, relevant experience from past projects, and an inclusive pricing structure. Contractors must also acknowledge any amendments to the solicitation and provide evidence of past projects similar in scope and complexity to the current requirement. Additionally, the agency is exempt from state and local taxes, and no awards will be made until sufficient funds are available for the contract. The document emphasizes the need for absolute adherence to the guidelines set forth, as failing to comply may result in exclusion from consideration. This ensures a structured, fair, and comprehensive selection process for potential contractors within the framework of government contracting.
    The document outlines the security requirements for access to Military Installations, emphasizing identity proofing and vetting protocols for employees. All personnel must undergo checks through systems like the National Crime Information Center (NCIC), with exceptions given to those with valid government security clearances. Acceptable forms of identification are specified, including U.S. passports and state-issued IDs. Employees flagged by disqualifying factors, such as prior convictions or known associations with criminal activity, will be denied access. The prime contractor is responsible for ensuring compliance and reporting any changes in employee status. Additionally, the document details procedures for obtaining and renewing base passes, the responsibilities of employees during various security alert levels, and the steps to take in the event of lost passes. Overall, these measures aim to maintain security and safety within military installations while outlining detailed responsibilities for contractors and personnel during access and operational procedures.
    The document details an inspection and fuel management plan for a specific tank at Martin State Army National Guard Base in Maryland. Key details include the site code, facility number, and tank specifics such as capacity (210,000 gallons), diameter (31 feet), and height (42.25 feet). The inspection type is identified as API Internal, requiring specific assessments such as a roundness survey and a replacement of the IFR seal. Temporary storage is mentioned, with 8,000 gallons of fuel to be disposed of. The document outlines necessary actions and requirements for compliance with safety and environmental regulations, indicating the importance of proper management of fuel storage and disposal at government facilities. This information is vital for ensuring operational integrity and regulatory adherence, fitting within broader government mandates for facility maintenance and environmental protection.
    The Defense Logistics Agency - Energy Division (DLA-E) is initiating a project (P-006858-08) to construct product containment areas and replace secondary containment areas at Fort Indiantown Gap, Pennsylvania, with a budget of $1,150,000. The project is critical to upgrade fueling facilities to prevent potential fuel releases that could harm the environment and personnel. Key project initiatives include installing secondary spill containment at JP-8 truck issue racks, adding three vehicle refueling stations, and replacing containment for existing refuelers, all in compliance with relevant regulations. The project aims to achieve specific milestones by November 11, 2011, focusing on stakeholder reviews, cost estimates, and a quality-driven execution. Stakeholders involved range from project managers to various engineering disciplines, highlighting an organized approach to achieve high safety and environmental standards. The project’s successful completion is essential for ensuring continued safety and functionality of the fueling infrastructure while preventing environmental contamination.
    The document outlines the management and progress of a task order assigned to Program Manager Adam Ashton. It includes an executive summary detailing the overall status of the task orders, key accomplishments, concerns, and a month-ahead outlook. The status/schedule section breaks down various services, installations, and inspections by providing specific details, such as completion percentages, due dates, and inspection reports. Notably, it tracks tasks from award date to final report distribution. The lessons learned section emphasizes the significance of extracting insights from the project to enhance organizational learning and future implementations. Its structured format aims to ensure clarity on progress and areas needing attention, providing critical information pertinent to government RFPs and grant management. The document serves as a comprehensive update on the ongoing project, facilitating accountability and strategic planning for future efforts.
    The document is a teleconference briefing summarizing the findings from an inspection of Fuel Storage Tank No. [XXXXX] at [Location], conducted under Contract No. [XXXXX] as part of the API 653 Out-Of-Service inspection protocol. The inspection, dated [ddmmmyy], categorized the findings into three main sections: Mandatory, Short Term, and Long Term recommendations for maintenance and future oversight. It specifies mandatory future inspection dates for both out-of-service and in-service tank evaluations as per the API 653 guidelines. Additionally, it outlines relevant state regulations pertaining to these inspections, emphasizing compliance with local rules where applicable. The document is prepared by an API 653 Certified Inspector and will be included in the closure documentation necessary for task order completion. This briefing is crucial for ensuring the integrity and safety of fuel storage systems while aligning with regulatory standards.
    The API-653 Out-Of-Service Inspection Report, conducted by the US Army Corps of Engineers, details the comprehensive inspection of a tank facility to assess compliance with relevant regulations and maintenance protocols. The document outlines various elements including general project information, inspection dates, state regulations, and mandatory repairs categorized into mandatory, short-term, and long-term actions based on the API 653 standards. It provides a detailed account of the tank's construction, foundation, bottom, shell, appurtenances, and coating systems, alongside findings and necessary recommendations for repairs to ensure the integrity and safety of the tank structure. Specific engineering calculations, inspection checklists, and visual documentation support the analysis, emphasizing adherence to safety and environmental standards. This report serves the government’s goal of maintaining infrastructure reliability while ensuring adherence to regulatory requirements within federal and local RFP frameworks.
    The document is a Return to Service Letter for a fuel storage tank, confirming that Tank [XXX] was inspected in accordance with API STD 653 standards. Conducted by [Company Name] on [ddmmmyy], the inspection concluded that the tank is suitable for return to service and does not require any immediate repairs. Future inspections are recommended, including an Out-of-Service inspection by [date] and an In-Service inspection by [date]. Additional state regulations are acknowledged, although not specified. Final documentation will be included as part of the task order's close-out requirements. The document outlines key personnel involved, including the API 653 Certified Inspector and the USACE Fuels Project Manager, ensuring accountability and compliance with federal and state regulations related to environmental safety and tank integrity.
    The API 653 In-Service Inspection Report by the US Army Corps of Engineers provides a comprehensive evaluation of a storage tank's condition to ensure safety and regulatory compliance. The report includes sections detailing inspection dates, state regulations, and findings related to the tank's construction, foundation, shell, appurtenances, coating, and piping systems. It outlines mandatory repairs needed immediately, along with short- and long-term repair recommendations to mitigate risks to operators and the environment. Quantitative appendices include engineering calculations, thickness measurements, and visual documentation, ensuring thorough assessment coverage. The report underscores the necessity of consistent inspections as dictated by API standards and state regulations, advising on future inspection timelines. This document serves as an essential resource for maintaining operational integrity and compliance with federal and state laws relating to tank management, highlighting the importance of proactive maintenance in preventing environmental hazards. Overall, it reflects the Army Corps' commitment to system integrity and environmental safety in its storage facilities.
    The US Army Corps of Engineers conducted an API 653 In-Service inspection of Tank 2 (Facility 3040) at Warfield ANG, Maryland, on March 27, 2024. This 210,000-gallon storage tank, constructed in 1985, has undergone repairs, including upgrades in 2015. The inspection identified required repairs concerning the tank's structural integrity, compliance with environmental regulations, and safety standards, highlighting issues such as inadequate weld spacing, deteriorated sealants, and non-compliance with OSHA standards regarding stairway width. Recommendations also included additional upgrades to ensure compliance with federal, state, and local codes, such as installing a cathodic protection system and an isolation valve for maintenance. Future inspections are recommended for both internal and external assessments to maintain operational safety and integrity. This inspection underscores the imperative to uphold regulatory standards for asset longevity and environmental safety in military installations.
    This document is a combined synopsis and solicitation for professional services at Martin State Airport, Maryland, under RFQ Number PANNWD25P0000-004875, completely set aside for small businesses under NAICS 541990. The contract aims to secure commercial services over a 180-day period, starting from the contract award date. Proposals must demonstrate technical capability, relevant experience, and provide a fair pricing structure. Evaluation of submissions will focus on the qualifications of the proposed inspectors and their certifications, the applicability of their past project experiences, and the reasonableness of their pricing. Quoters are advised to follow FAR regulations and must possess electronic funds transfer capabilities for payment processing. Further clauses on compliance, including prohibitions on certain telecommunications services and requirements for labor standards, are highlighted. Quotes are due by April 25, 2025, and inquiries should be directed to the designated contract specialists. This solicitation underscores the government's commitment to engaging small businesses for satisfying its service needs while ensuring regulatory compliance and equitable practices within the contract framework.
    The document addresses questions related to the tank inspection at Martin State Airport (MRT). Key points include the requirement for certified clean temporary storage, clarification that the 8,000 gallons of fuel cannot be transferred to another tank, and an explanation of the "non personnel services" section in the Performance Work Statement (PWS), indicating contractor responsibility in setting the floating pan legs if necessary. Additionally, it confirms that the tank is of the aluminum skin pan type. This communication is essential for contractors to understand their obligations and the specific conditions regarding the tank inspection, ensuring compliance and clarity in the bidding process related to this federal RFP.
    The document outlines Wage Determination No. 2015-4265 by the U.S. Department of Labor under the Service Contract Act, focusing on wage rates for various occupations in Maryland. It specifies minimum wage requirements based on two executive orders: Executive Order 14026 mandates a minimum hourly rate of $17.75 for contracts starting or renewed after January 30, 2022, while Executive Order 13658 applies a minimum of $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, not extended thereafter. The document lists detailed hourly wage rates for numerous job titles within administrative support, automotive service, food preparation, and health occupations, among others, and emphasizes that certain classifications may require further conformance processes for unlisted job roles. Additional employee benefits, including paid sick leave, vacation, and health and welfare costs, are also outlined, ensuring compliance with prevailing labor standards. This wage determination plays a critical role in federal contracting, ensuring fair compensation and worker protections in public service sectors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Robins Air Force Base Tank Inspection
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for a contract to perform inspections on fuel tanks at Robins Air Force Base in Georgia. The scope of work includes the removal and disposal of remaining fuel, tank cleaning, and conducting inspections on both Aboveground Storage Tanks (AST) and Underground Storage Tanks (UST), with a focus on compliance with industry standards and federal regulations. This contract is critical for ensuring the integrity and safety of fuel storage facilities, which play a vital role in military operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by December 17, 2023, at 2:00 PM CST, to the primary contact, Jaylem Durousseau, via email at jaylem.l.durousseau@usace.army.mil.
    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.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    LTC RFP N0038326R0016
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and renewal of aircraft fuel tanks under solicitation number N0038326R0016. The procurement involves detailed requirements for configuration management, engineering changes, and adherence to military and commercial standards for preservation, packaging, and marking of the fuel tanks. These components are critical for maintaining the operational readiness of military aircraft, ensuring safety and efficiency in fuel management. Interested parties should note that the response deadline has been extended to December 17, 2025, and can contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER11.CIV@US.NAVY.MIL for further information.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    Solvent Tank Maintenance Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide maintenance services for solvent tanks. This procurement aims to ensure the proper upkeep and functionality of solvent tanks, which are critical for various military operations and maintenance activities. The opportunity is currently in the amendment phase, with Amendment 0002 issued to address vendor inquiries regarding the contract. Interested parties can reach out to Nam Ye Pak at NAMYE.PAK1.LN@army.mil or call 011-82-0503-355-0636 for further information.
    82nd Airborne Propane Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for a propane service contract to support the 82nd Airborne Division at Fort Bragg, North Carolina. The contract requires the provision of 100 propane tanks, eight 16-count propane cages, and quarterly refills and services over a base year and four option years, from January 2026 to January 2031. This procurement is critical for ensuring a reliable supply of propane for military operations, adhering to strict safety and operational standards. Interested small businesses must submit their proposals electronically by December 17, 2025, at 10:00 AM EST, and direct any inquiries to the designated contacts, CPT Michael Davis and SFC Eric Garcia, via their provided email addresses.
    Synopsis W912CH-25-R-0176 - Collapsible Fabric Tanks (3k, 20k, 50k, 210k US gallon)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is preparing to solicit a 5-Year Firm Fixed Price Contract for the procurement of Collapsible Fabric Tanks in various sizes (3k, 20k, 50k, and 210k US gallons). These tanks are essential for military operations, adhering to the Military Performance Specification MIL-PRF-32233D, and will be procured under solicitation number W912CH-25-R-0176. Interested vendors must be registered in the System for Award Management (SAM) and are advised to monitor the solicitation's electronic posting for updates and amendments, as the solicitation is expected to be released in approximately fifteen days. For further inquiries, potential bidders can contact Lyndsey Pena at lyndsey.m.pena.civ@army.mil.
    54--TANK,LIQUID STORAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of four liquid storage tanks under solicitation number NSN 5430012663556. The tanks, classified under the NAICS code 332420 for Metal Tank Manufacturing, are essential for various military logistics operations, ensuring the safe storage and transportation of liquids. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all submissions must be received within 156 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    Environmental Remedial Action Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.