Maintenance of Natural Gas Pipelines
ID: W912GY25R0002Type: Presolicitation
AwardedMar 20, 2025
$2.1M$2,051,451
AwardeeBARON CONTRACTING Foster City CA 94404 USA
Award #:W912GY25D0001
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK SIAD CONTR OFFHERLONG, CA, 96113-5000, USA

NAICS

Pipeline Transportation of Natural Gas (486210)

PSC

MAINTENANCE OF EPG FACILITIES - GAS (Z1MB)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance of natural gas pipelines at the Sierra Army Depot in Herlong, California. The procurement involves comprehensive services including preventative maintenance, standard repairs, emergency repairs, and additional work related to the natural gas pipeline system, which spans approximately 78,940 feet and incorporates various pipe sizes and pressure regulators. This contract is critical for ensuring the safety and operational efficiency of the gas infrastructure, adhering to Army and Department of Transportation regulations. Interested small businesses, particularly service-disabled veteran-owned and women-owned entities, must submit their proposals by February 19, 2025, with an estimated contract value ranging from $10,000 to $3,000,000. For further inquiries, potential bidders can contact Carolina Guerrero at carolina.guerrero4.civ@army.mil or call 530-827-4420.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to a solicitation by the Sierra Army Depot, primarily focusing on updating terms for a contract modification. The key updates include the incorporation of a revised Performance Work Statement (PWS) and a Price Book-Material excel sheet. The amendment reinforces that all other existing terms and conditions remain unchanged and in full effect while extending the deadline for offer receipt without altering the fundamental conditions of the solicitation. The document provides a summary of changes, detailing a revised Table of Contents for attachments that now includes the new Price Book and the updated PWS, reflecting a structured and comprehensive approach to the modification. This amendment underscores the government’s ongoing efforts to ensure clarity and updated documentation in its contracting processes, illustrating adherence to procedural integrity in managing federal contracts. Overall, this amendment exemplifies the complexities of federal RFP processes, emphasizing the need for meticulous updates and documentation to facilitate better contractor participation and compliance, which is critical for successful government operations.
    The document presents a comprehensive list of cathodic protection equipment categorized primarily by weight and specific location identifiers within various buildings and areas. The inventory includes 32 lbs and 5 lbs anodes, with numerous entries detailing their locations, such as "Loc: Bldg 54" and "Area 3," indicating where the anodes are stored or utilized. The listing serves as an essential reference for federal and local grant applications or requests for proposals (RFPs) related to corrosion prevention in pipelines and infrastructure. Its structure organizes equipment by nomenclature and location, facilitating easy access to information needed for project planning, procurement, and implementation. Overall, the document's main purpose is to streamline the management and installation of cathodic protection equipment necessary for ensuring the integrity of underground pipelines and structural components.
    The document lists various leak line survey stations and related equipment across multiple buildings and location areas, indicating a structured approach to monitoring potential pipeline leaks. The survey identifies specific buildings (e.g., Building 1, Building 2, etc.) and their respective pipeline regulations and locations, including both regular and buried pipelines in distinct areas. This detailed inventory serves as a vital tool for assessing and managing environmental safety concerns related to buried pipelines. By highlighting these locations, the document underlines the federal government's commitment to maintaining rigorous safety standards, ensuring compliance with environmental regulations, and enhancing asset management for asset preservation initiatives. Overall, this file is integral for governmental oversight in safeguarding infrastructure against leak-related risks and promoting a comprehensive safety framework.
    This document outlines the maintenance schedule and locations for various American MTR regulators and relief devices across multiple buildings. Each piece of equipment is listed with its corresponding item number and designated building location. Maintenance is categorized into two types: routine checks scheduled as needed and those to be performed per the life cycle of the equipment. The majority of the listed devices are 1.0" and 2.0" MTRs, with a focus on American models such as the 1843B2, 1853B, and 1803M. The document underscores the importance of systematic maintenance to ensure the reliability and efficiency of these regulatory devices in compliance with safety standards. The information presented serves as a critical resource for contractors and maintenance personnel involved in government procurement and facility operations, emphasizing adherence to operational lifecycle protocols and safety guidelines within federal, state, and local management frameworks.
    The document provides a comprehensive inventory of valves utilized within the Cantonment Main Line, detailing their specifications, location, and type. It categorizes valves by manufacturer, including Nordstrom, Polyvalve, and Grove, noting their model numbers and physical placements across various intersections and buildings, primarily along E St., C St., and A St. Additionally, it specifies valve types such as normal, main relief, shut-off, meter regulating, and secondary regulator valves, indicating their operational context within an infrastructure typically managed under federal guidelines. The **structure** of the document is methodical; it organizes the inventory by valve type and geographical locations, ensuring clarity in the data presented. This organization could facilitate maintenance, replacement, and regulatory oversight of the municipal piping systems. Overall, the document serves as a resource for identifying essential equipment within a government facility, vital for maintaining operational efficiency and compliance with safety regulations. Its purpose fits within the context of government procurement and infrastructure management, highlighting the need for precise valve specifications in public service projects.
    The document serves as an inventory for various types of meters located across multiple buildings, detailing their specifications and serial numbers. Each meter is categorized under the "PER LIFE CYCLE" designation, indicating ongoing monitoring and maintenance throughout its operational lifespan. The main types listed include Roots meters (various models like 11 C 175, 8 C 175), American Meters (both GT and AL models), and Romet equipment. The serial numbers and specific locations facilitate asset tracking for maintenance and replacement purposes. This structured inventory underscores a systematic approach to managing metering equipment within government facilities, ensuring compliance with operational standards and supporting effective maintenance planning. Overall, the document reflects the importance of meticulous asset management in public sector operations, likely tied to requests for proposals and grants aimed at enhancing infrastructure.
    The document outlines a series of Contract Data Requirement Lists (CDRLs) as part of an operational contract issued by the Sierra Army Depot. It emphasizes the contractor's responsibilities to submit various reports and plans, including monthly and annual reports, quality control plans, maintenance schedules, and hazardous material inventories. Each item includes specific references to the Performance Work Statement (PWS) detailing the required formats, submission timelines, distribution methods, and additional remarks emphasizing compliance with the contract terms. The CDRLs serve as a structured approach to monitoring contract performance, ensuring quality and safety, managing inventories of hazardous materials, and scheduling necessary maintenance tasks. This comprehensive listing reflects the government's commitment to detailed oversight in contracts, aiming to promote accountability, adherence to standards, and proactive management of resources.
    The Performance Work Statement (PWS) outlines the requirements for a service contract focused on the operation and maintenance of the natural gas pipeline at Sierra Army Depot (SIAD). The contractor will manage all aspects of gas pipeline maintenance, ensuring compliance with Army and Department of Transportation regulations. Key services include inspections, emergency repairs, preventative maintenance, and potential expansions of the existing pipeline system, which spans approximately 78,940 feet and incorporates various pipe sizes and pressure regulators. Performance standards stipulate that the contractor must mobilize for emergencies within four hours and submit regular reports, including a preventative maintenance plan and leak survey documentation. A robust quality control program is mandated, with periodic evaluations by the government to ensure compliance. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ), will be executed over three one-year periods, starting in March 2025. The contractor's personnel must possess relevant certifications and adhere to strict physical security and environmental regulations throughout the contract duration. Overall, the PWS serves to enhance safety and operational efficiency while facilitating future utility privatization initiatives through the implementation of standardized maintenance practices.
    The document outlines the solicitation for a contract (W912GY25R0002) involving preventative maintenance and repairs to a natural gas pipeline at the Sierra Army Depot in Herlong, California. It details the bid submission process, including a due date of February 19, 2025, and emphasizes that the contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with an estimated minimum worth of $10,000 and a maximum potential of $3,000,000. Four main types of services are specified: preventative maintenance, standard repairs, emergency repairs, and additional work. The solicitation encourages proposals from small businesses, specifically service-disabled veteran-owned and women-owned small businesses, and mandates detailed past performance documentation from bidders to gauge experience in similar contracts. Evaluation criteria will focus on price, experience, and past performance, with an expectation of robust qualifications and competitive pricing. The site visit on January 29, 2025, is designed to familiarize potential offerors with project specifics. The document provides comprehensive instructions on submitting proposals and the relevant clauses incorporated by reference, highlighting compliance and regulatory requirements for contractors.
    The document outlines procedures and requirements for electronic submission of bids and proposals to the Army Contracting Command at Sierra Army Depot. It specifies the need for submissions through the SAM website and the acceptable electronic formats, including Microsoft Office files, PDFs, and HTML documents, emphasizing the prohibition of certain file extensions for security reasons. Timely receipt of submissions is highlighted, along with requirements to address any unreadable files. Specific instructions regarding security measures, contractor access, insurance requirements, and the responsibilities of contractors during increased security conditions are also detailed. The document informs contractors of potential delays in award processes due to transitions to new contract writing systems and encourages meticulous attention to detail regarding submission formats and deadlines. Overall, it serves as a comprehensive guideline for potential contractors to participate in government procurement processes, ensuring compliance with federal regulations and security protocols.
    This document outlines a Request for Proposal (RFP) for contractors involved in the maintenance of natural gas pipelines over three ordering periods. It specifies various Contract Line Item Numbers (CLINs) for preventative maintenance, standard repairs, emergency repair services, materials, and additional work for each ordering year. Contractors are instructed to provide unit pricing, ensuring the pricing sheet is named accordingly upon submission. The document emphasizes that preventative maintenance will occur monthly and provides estimated hours per year for labor, requiring proposed fully loaded labor rates for two job titles. Additionally, contractors must account for direct materials and related costs specifically excluded from labor rates for repair CLINs. The overall purpose of the document is to obtain competitive bids from contractors while ensuring transparency and adherence to government pricing and labor standards, essential for effective maintenance operations of the natural gas infrastructure.
    The document outlines pricing and cost structures associated with material procurement under Time and Materials (T&M) contracts for three ordering periods. It specifies the rates and direct materials pricing for each Contract Line Item Number (CLIN), including CLIN 1004 for Ordering Period 1, CLIN 2004 for Ordering Period 2, and CLIN 3004 for Ordering Period 3. Each period features distinct costs, listed in dollars, with the emphasis on the integration of indirect rates that cover aspects like material handling and overhead. Additionally, the file states that proposed dollar amounts will be rounded for evaluation purposes and directs that direct material pricing is used solely for evaluation evaluation, not for actual billing. This document serves as an essential reference for prospective bidders involved in federal and local procurement processes, detailing how material costs will be evaluated for contract award considerations and aligning with compliance requirements within government Request for Proposals (RFPs).
    The document outlines the cost structure for a government contracting proposal related to material costs across three ordering periods under a Time and Materials (T&M) contract format. Each period identifies distinct Contract Line Item Numbers (CLIN) and requests details on direct materials pricing and profit margins. The material prices provided are for evaluation purposes only and are to be rounded to the nearest cent. Additionally, the document specifies the need to include indirect rates associated with material handling, overhead, and general and administrative costs, which are presented in corresponding dollar amounts for each CLIN across the three ordering periods. The purpose of this file appears to be to solicit proposals for materials and associated costs from vendors, facilitating cost evaluation and comparison under federal and local government RFPs. The focus is on ensuring all proposed costs are transparent and standardized for assessment, aiding governmental decision-making processes in procurement.
    The Performance Work Statement (PWS) provides a framework for a non-personnel services contract for the operation and maintenance of the natural gas pipeline at Sierra Army Depot (SIAD). The contractor is responsible for all necessary equipment, materials, and personnel, ensuring compliance with Department of Transportation regulations. The scope includes inspections, repairs, preventative maintenance, and potential expansions of the existing pipeline system, which is approximately 25-30 years old, spanning around 78,940 feet with various pipe sizes. The contract includes three one-year ordering periods starting from March 2025. Key aspects of the contract involve quality control measures, with a quality assurance plan enforced by the government, detailing performance standards and surveillance methods. The contractor must ensure their personnel meet specific qualifications and comply with environmental laws throughout their operations. Security requirements mandate background checks for personnel, and strict key control procedures are outlined. Regular performance evaluations will take place, alongside detailed reporting of service calls and maintenance activities. This PWS is critical for maintaining safety and regulatory compliance of the natural gas infrastructure at SIAD, reflecting the government's commitment to effective resource management.
    The document consists of a series of questions and answers related to solicitation W912GY25R0002 for maintenance services of a natural gas pipeline system. Key areas addressed include contractor responsibilities during transition periods, emergency response requirements, maintenance expectations for odorizers and gas valves, and specifics about cathodic protection monitoring services. The document clarifies the distinction between preventative maintenance included in certain bid items (CLINs) and additional work that may arise during contract execution. It highlights the contractor's need to independently conduct leak surveys and outlines compliance with various Army regulations. Furthermore, the document addresses logistical considerations such as waste management, utility access, and training requirements for personnel. This Q&A format is designed to provide clarity and guidance for potential bidders, ensuring they understand the scope, specific requirements, and expectations of the project, aligning with the structure typical of government Requests for Proposals (RFPs). The comprehensive responses indicate an emphasis on compliance, safety, and precision in executing the required maintenance services.
    The document serves as an information request form, presumably for processing access to secure government areas or participation in activities related to federal RFPs and grants. It collects personal information of individuals, including identification details, purpose of visit, and the organization they represent. The form also captures emergency contact information and assigns point-of-contact (POC) details for government communication. Critical fields include personal identification (name, SSN, driver's license, citizenship status), visit specifics (date, purpose, areas to be visited), and organizational affiliation. The official use section delineates access permissions, allowing for a granular assessment of visitor clearance (i.e., attending without an escort, denied access). The form concludes with an organized structure aimed at enabling compliance with security protocols, essential for managing individuals engaging with government operations. This document exemplifies how government entities maintain security and control over access while processing participation in federal or state initiatives, reflecting the established procedures for effective RFP and grant management.
    The document outlines the wage determinations under the Service Contract Act (SCA) issued by the U.S. Department of Labor. Specifically, Wage Determination No. 2015-5679, Revision No. 25, highlights the minimum wage requirements for federal contracts, emphasizing that contracts executed on or after January 30, 2022, must pay at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour, unless otherwise specified. Additionally, it details the fringe benefits for various occupational titles in California's Lassen County, providing specific hourly rates for numerous job categories ranging from administrative support to health care occupations. Contractors are reminded of the obligations under executive orders regarding paid sick leave and health benefits. Moreover, the document discusses the requirement to classify and compensate employees not listed under the SCA, elaborating the procedures to request additional classifications. Overall, this wage determination guides contractors in meeting federal minimum wage and benefit standards, ensuring compliance in the context of federal RFPs and grants.
    Lifecycle
    Similar Opportunities
    USACE SPK DB Construction DDJC CENTRALIZED GAS AND ELECTRIC METERING, Tracy, California
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential contract involving the design, furnishing, and installation of advanced electric and natural gas meters, along with a Centralized Utility Monitoring Station at the Defense Distribution Depot San Joaquin (DDJC) in Tracy, California. This project aims to enhance utility monitoring capabilities by implementing a system that exports meter data for effective usage tracking and equipment management. The estimated contract value ranges between $5 million and $10 million, with a potential solicitation expected around February 2026 and an anticipated award by July 2026. Interested firms are encouraged to submit capability statements by January 13, 2026, to the primary contact, Antonina Beal, at antonina.beal@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.
    Propane Supply and Delivery - Fort McCoy, WI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the procurement and delivery of approximately 145,000 gallons of propane gas annually to Fort McCoy, Wisconsin. The contract is intended to cover the period from April 1, 2026, to March 31, 2031, highlighting the importance of a reliable propane supply for the operations at the facility. Interested vendors can reach out to Dustin Robertson at 502-898-1255 or via email at dustin.t.robertson4.civ@army.mil for further details regarding the solicitation process.
    CSO - Sierra Army Depot
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is issuing a Commercial Solutions Opening (CSO) to modernize its Organic Industrial Base (OIB) at the Sierra Army Depot in Herlong, California. This initiative aims to procure innovative commercial technologies, services, and products that enhance manufacturing excellence, agility, and digital connectivity, which are critical for operational readiness and technological dominance. The CSO process will be ongoing until June 30, 2030, with submissions evaluated based on technical merit, uniqueness, funding availability, and proposed timelines. Interested parties should contact Courtney Serra at courtney.l.serra.civ@army.mil for further information and ensure compliance with government registration and ethical standards.
    Offutt Tank Inspection
    Dept Of Defense
    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.
    TULE PROPERTY CLEARING
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Tule Property Clearing project located in Porterville, California. This contract, valued at $19 million, involves comprehensive site preparation services, including refuse cleanup, well and fence removal, and environmental compliance measures, with a performance period from March 31, 2026, to December 31, 2026. The project is critical for clearing encumbrances in support of the Tule River Spillway Enlargement Project, ensuring environmental safety and compliance with federal regulations. Interested small businesses must submit their proposals by January 27, 2026, and direct any inquiries to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil.
    Government-Owned, Contractor-Operated (GOCO) Fuel Storage Services in Vandenberg AFB, CA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified contractors to provide Government-Owned, Contractor-Operated (GOCO) fuel storage services at Vandenberg Air Force Base (AFB), California. The procurement encompasses bulk storage services, retail service station support, aircraft services, and comprehensive fuels management, ensuring safe handling, quality control, and accountability of petroleum products. This contract is critical for supporting base operations, airshows, deployments, and other contingencies, with a focus on maintaining environmental safety and operational efficiency. The solicitation is anticipated to be posted in December 2025, with a closing date approximately 45 days thereafter. Interested parties should contact Ayanna Jackson-Charles at Ayanna.Jackson-Charles@dla.mil or Alicia Williams at Alicia.Williams@dla.mil for further information, and must be registered in the System for Award Management (SAM) to participate.
    Fuel Dispenser Maintenance
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for fuel dispenser maintenance at Fort Drum, NY. The services include repairing, replacing, testing, and reprogramming fuel dispensing systems and associated equipment. The Contractor must comply with federal and local codes and regulations. The BPA will be evaluated annually and may last up to five years. Interested parties must be registered with SAM under NAICS code 811310. Contractors responding before 05 January 2024 will receive a Master BPA. The performance period for the MBPA will be from 02 June 2024 to 01 June 2029.
    Supply and Deliver Propane, Lassen Volcanic NP
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The contractor will be responsible for providing approximately 38,500 gallons of propane to fill three underground storage tanks to 80% capacity, with deliveries scheduled between January 1, 2026, and September 30, 2026. This procurement is a Total Small Business Set-Aside, emphasizing the importance of compliance with Tehama County and DOT regulations, and requires the contractor to provide detailed delivery receipts. Quotations must be submitted via email to Brenda Lewis at brendalewis@nps.gov by December 16, 2025, at 2:00 PM PST, and the contract will be awarded based on the most advantageous quotation to the government.
    6835--Medical Gas and Cylinders Syracuse VA Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 02, is seeking a contractor to provide medical gases and cylinders to various VA facilities within the VISN 2 region, including the Syracuse VA Medical Center and its associated clinics. The contractor will be responsible for the comprehensive management of medical gases, which includes providing, filling, transporting, handling, servicing, maintaining, delivering, picking up, and storing these gases and cylinders, along with all necessary equipment and materials. This procurement is particularly significant as it supports the healthcare needs of veterans, ensuring they receive essential medical services. The solicitation is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and will establish a firm-fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with responses due by November 12, 2025. Interested parties can reach out to Contract Specialist Ryan Seburn at Ryan.Seburn@va.gov or by phone at 315-751-6369 for further details.