Garrison Project - Admin and OM Janitorial
ID: W9128F25QA002Type: Solicitation
Overview

Buyer

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

NAICS

Janitorial Services (561720)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

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 proposals for tank inspection services at Barksdale Air Force Base in Louisiana. The procurement involves external inspections of Department of Defense fuel tanks, primarily focusing on API Aboveground tanks 5921, 6350-1, and 6350-2, with a performance period of 120 calendar days from the contract award date. These inspections are critical for ensuring the integrity and safety of fuel storage facilities, adhering to stringent federal standards. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their quotes by October 6, 2025, at 2:00 PM CDT, to the designated contacts, MAJ Minh Thu Vu and MAJ Vincent Rich, with evaluations based on technical capability, experience, and price.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation outlines requirements for proposals, including company details like SAM registration, CAGE, DUNS, and TIN. Proposals, limited to five PDF pages (excluding cover, price worksheet, amendments, and certifications), must be submitted electronically to the Contract Specialist and Contracting Officer. Key information required includes the solicitation number, quoter's contact details, authorized negotiators, and compliance with FAR 52.212-1 Addendum and FAR 52.212-2. Quoters must agree to all terms and conditions and acknowledge amendments. Prices must be firm for 60 calendar days. Questions must be submitted in writing at least seven calendar days before the due date. The U.S. Army Corps of Engineers is exempt from state and local taxes. Evaluation criteria include technical capability (inspector's certification and resume), experience (three similar projects within five years, detailing fuel handling, tank cleaning, and specific API inspections), and price. Funding is not yet available, and no award will be made until funds are secured.
    The document addresses responses to contractor inquiries for Solicitation W9128F25QA002. A site visit is scheduled for April 17, 2025, at 9 am, providing stakeholders an opportunity to assess the project firsthand. The specific square footage of the project location will be provided later in the solicitation documents. It is confirmed that there is currently no contractor in place, nor is there an established contract amount. This lack of existing contracts indicates that this solicitation might be for a new project or service being initiated by the government. The document serves as a crucial communication tool to ensure contractors receive necessary information to participate in the bidding process effectively.
    The document outlines the requirements for a security review of contract packages under the U.S. Army Corps of Engineers (USACE). It emphasizes the necessity for antiterrorism (AT) and operations security (OPSEC) considerations in all service and supply contracts exceeding a specified threshold. The review process involves coordination between an Antiterrorism Officer (ATO) and an OPSEC Officer to ensure compliance with Army regulations. Key clauses include requirements for security training, access protocols, and information assurance for contract personnel. Contractors are responsible for maintaining compliance with security protocols, including physical access controls and verification measures for personnel. The form also specifies protocols for contractors operating outside the U.S. and mandates the creation of an OPSEC plan within the first 90 days of contract initiation. Additionally, it highlights the importance of safety measures in food and water deliveries and the adherence to employment verification protocols. Overall, the document serves as a comprehensive guideline for ensuring security and regulatory compliance in contracting processes related to USACE operations.
    The document details fuel tank inspection requirements and specifications for Barksdale AFB, LA, covering both internal and external inspections. It lists two tanks for Jet A and F-24 fuel with capacities of 1,260,000 gallons and 200,000 gallons, respectively. Key details include tank dimensions, inspection types (UT, roundness survey, certified strapping chart), and requirements for replacing IFR seals. The file also specifies the number and sizes of manways and notes the volume of fuel remaining or to be disposed of, indicating a focus on facility maintenance, safety compliance, and potentially environmental management related to fuel storage.
    The document outlines a comprehensive data field list for tracking and managing various aspects of facilities and tanks, likely for regulatory compliance, inspection, and maintenance purposes within a government context. It details information categories such as facility identification (number, location, organization), service details, inspection data (firm, inspector, date, condition, recommendations), and extensive tank specifications (capacity, contents, manufacturer, construction details, dimensions, life, material, type, corrosion control, secondary containment, leak detection, overflow, vapor control). Additionally, the document covers operational compliance (SPCC, Permit to Operate, Pressure Vessel, STI), geographical coordinates, chemical information, usage, and contact details for various personnel (primary, secondary, facility manager, environmental POC). It also includes fields for repair costs, risk assessment, nameplate legibility, and status (active/inactive/removed), indicating a system for asset management and environmental oversight.
    This document is a teleconference briefing summarizing the findings from an out-of-service API 653 inspection of Storage Tank No. [XXXXX] at an unspecified location, conducted by [Company Name] on [ddmmmyy]. The inspection evaluated the tank's serviceability according to API STD 653, XX Edition. Findings are categorized as Mandatory, Short Term, and Long Term. The briefing also specifies recommended future inspection dates for both API 653 Out-Of-Service and In-Service tank inspections, including specific checks like UT Roundness and Corrosion. State regulations, if applicable, are noted, particularly for API 653 Out-Of-Service tank inspections. The document concludes by stating that final documents will be part of the close-out documentation for Contract No. [XXXXX], Task Order [XX], and is prepared by an API 653 Certified Inspector.
    This government file outlines the API 653 Out-of-Service Inspection Report, a critical document for federal, state, and local RFPs related to petroleum, oil, and lubricant (POL) facilities. The report details a comprehensive inspection process for storage tanks, covering general tank information, construction, foundation, shell, bottom, appurtenances, coatings, piping, fire protection, secondary containment, and cathodic protection. It includes findings and recommendations categorized into mandatory, short-term, and long-term repairs, adhering to API 653, UFC 3-460-01, or AW 78-24-27 Standards. The document also features extensive appendices with engineering calculations, 3-D documentation and analysis (including out-of-plumbness, out-of-roundness, and tank bottom elevation maps), and detailed checklists for both in-service and out-of-service tank inspections, ensuring thorough evaluation and safety compliance.
    The document is a Return to Service Letter for a storage tank, specifically Tank [XXX], following an Out-of-Service [API 653] inspection conducted by [Company Name] on [ddmmmyy] at [Location] under Contract No. [XXXXX], Task Order [XX]. The inspection determined that the tank is in suitable condition for immediate return to service, with no mandatory repairs required to prevent imminent risks. The tank was officially returned to service on [date]. The letter outlines recommended future inspection dates for API 653 Out-Of-Service and In-Service tank inspections, as well as for UT Roundness and Corrosion. It also references relevant state regulations, noting that State Regulations for API 653 Out-Of-Service tank inspections are no later than [date]. Final documentation will be included in the close-out package. The letter is prepared by an API 653 Certified Inspector and acknowledged by the Installation Point of Contact and the USACE Fuels Project Manager.
    This government file outlines the structure and content of an API 653 In-Service Inspection Report for the US Army Corps of Engineers, Omaha District. The report details external tank inspections, including general information, specific tank components (construction, foundation, shell, appurtenances, coating, piping, fire protection, and secondary containment), and a critical section for findings and recommendations. These recommendations are categorized into mandatory, short-term, and long-term repairs, adhering to API 653, UFC 3-460-01, or AW 78-24-27 standards. The document also includes comprehensive appendices for engineering calculations, drawings, 3-D documentation and analysis (covering out-of-plumbness, isolated shell distortion, and out-of-roundness), API 653 checklists, and photographic evidence. The primary purpose is to standardize and guide the inspection, assessment, and maintenance of fuel storage tanks to ensure safety, compliance, and asset integrity.
    This government file details an API-653 in-service inspection of Tank 1 (Facility 5921) at Barksdale Air Force Base, completed on January 14, 2019. The inspection assessed the tank's integrity, collected data, and established a database for future evaluations. While the tank has no mandatory findings, short-term issues include a minor fuel weep, deteriorated shell coating, leaking roof panels, and compromised internal floating roof seals. Long-term recommendations address structural deficiencies like stairway and tubing supports welded without reinforcement, ungrounded components, lack of proper labeling, and absence of a mechanical tape gauge. The report also highlights issues with the VITO water/temperature probe placement and coating failures on various appurtenances and piping. The tank's shell has a remaining life of over 30 years under current conditions, and future inspection dates are recommended for 2024 (in-service) and 2026 (out-of-service).
    This government file details an API 653 In-Service Inspection Report for Tank 6350.01 at Barksdale Air Force Base, completed on July 21, 2021. The inspection aimed to assess the tank's integrity, collect data, and establish a database for future evaluations, confirming the tank meets structural integrity requirements per API 653. The report outlines general tank information, inspection comments on construction, foundation, shell, appurtenances, coating, piping, fire protection, and secondary containment. It identifies mandatory repairs, required repairs for full compliance with API 653, UFC 3-460-01, or AW 78-24-27 standards, and recommended repairs for regular maintenance. Key findings include the need to replace the tank chime-to-foundation seal, address minor coating failures, upgrade thermal relief piping to stainless steel, improve the water draw-off system, install low/low-low level alarms and a tape gauge, add scaffold supports and davits on manholes, and enlarge the center vent to 24 inches. The document also includes extensive appendices with engineering calculations, 3-D documentation, tank drawings, and API 653 checklists.
    This document details an API Standard 653 Out-of-Service inspection of Tank 2 (Facility 6350-2) at Barksdale AFB, LA, conducted on December 13, 2022. The inspection found no mandatory repairs, but identified two required repairs concerning inadequate bolt thread engagement on the 14-inch issue line and 10-inch receipt line flanges, needing immediate hardware replacement. Numerous recommended repairs were noted to fully comply with UFC 3-460-01 and AW 78-24-27 standards, or for regular maintenance. These include addressing coating failures, anchor chair configurations, grounding issues, vent corrosion, broken level gauges, unreinforced shell supports, improper piping configurations (water draw-off, low suction, issue, and receipt lines), telltale hole maintenance, missing safety features (high liquid level shut-off, alarms), manway deficiencies (filler drums, handles, davit arms, upper manway), stairway design flaws, fixed roof ponding, and internal tank component issues (diffuser, anti-vortex plate, anti-rotation device, stilling wells). The tank's service life evaluation indicates over 30 years of remaining shell life under current conditions, with future internal and external inspection dates recommended for December 2042 and December 2027, respectively.
    The document outlines the current floor and room configurations of the Administration Building located at 201 1st St., Riverdale, ND. It details measurements and designations for various rooms across four levels, including the basement, first, second, and third floors. The report specifies room sizes for areas such as janitorial storage, secure rooms, fitness areas, administrative offices, and conference rooms. Notably, basement windows have been enclosed, and all configurations are accompanied by "For Information Only" drawings that depict as-built conditions, including windows, stairs, and restroom facilities. This document serves as a critical reference for planning and undertaking renovation or maintenance activities, ensuring compliance with federal and state regulations. Its purpose aligns with government RFPs and grants by outlining specific spatial requirements and existing structural conditions for potential contractors and decision-makers. Overall, it emphasizes the necessity for detailed documentation in managing public infrastructure improvements.
    The document outlines the specifications for a Maintenance Facility located at 528 Hatchery Road, Riverdale, ND, detailing room sizes and purposes across three designated areas (A, B, and C). It lists various facility components such as men’s and women’s locker rooms, a break room, general office space, and specialized workshops for carpentry, plumbing, welding, and painting. Additional areas specified include supply storage, battery storage, flammable materials storage, and a wash bay. Many rooms also note the existence of corridors and vestibules, indicating a structured layout. This documentation is a crucial part of a federal RFP or grant process, likely aimed at enhancing or maintaining government facilities. The purpose is to inform stakeholders about the facility's configuration and intent, laying the groundwork for potential contracts related to maintenance, renovation, or construction, ensuring compliance with government standards and enhancing operational functionality. Such details contribute to strategic planning and resource allocation for state and local governmental projects, emphasizing organizational efficiency.
    The document outlines the cleaning and maintenance requirements for a federal building, detailing various cleaning tasks categorized by frequency: daily, weekly, monthly, semi-annually, and annually across multiple locations within the facility. Key areas outlined for cleaning include floors, stairways, restrooms, and common areas, specifying tasks such as vacuuming, mopping, dusting, deep cleaning, trash disposal, and organizing. Maintenance duties also cover the exterior, including sidewalk care and winter snow removal. The emphasis is on maintaining cleanliness and sanitation, ensuring a safe and efficient environment for staff and visitors. This comprehensive outline reflects the need for adherence to hygiene standards and operational efficiency in federal facilities, in alignment with federal, state, and local regulations governing building maintenance. The systematic approach to scheduling and task assignments indicates the importance placed on consistent upkeep and preventive measures against wear and deterioration.
    The document outlines the cleaning requirements for various interior and exterior areas of a maintenance facility as part of a federal Request for Proposal (RFP). It specifies cleaning tasks categorized by frequency: weekly, monthly, semi-annually (April and October), and annually for several option years. Key tasks include general cleaning (such as trash disposal, floor mopping, and vacuuming), deep cleaning (including scrub and clean showers and strip/wax floors), and specific maintenance of various rooms like locker rooms, offices, and mechanical spaces. Particular attention is given to the details of surface cleaning, including dusting cabinets and light fixtures, maintaining plumbing fixtures, and ensuring vacuums behind large items. Additionally, the exterior cleaning tasks involve maintaining sidewalks and wash area cleaning. This structured approach aligns with government standards for facility upkeep, ensuring health and safety while maintaining operational efficiency across the facilities involved in this RFP process.
    This document is a Request for Quote (RFQ) W9128F26QA002, a combined synopsis/solicitation for commercial products or services. It is 100% set-aside for Disabled Veteran Owned Small Businesses, utilizing NAICS code 541990. The requirement, detailed in Attachment 2 (Performance Work Statement), involves work at Barksdale Air Force Base, LA, with a 120-calendar-day performance period from the contract award date. Quotes will be evaluated based on technical capability (inspector expertise and certifications), experience (against project scope, including past performance data), and price (fairness and reasonableness). The government will award a purchase order to the responsible quoter offering the best value. Invoicing instructions specify monthly submissions for completed milestones, or a single invoice for final inspection reports if the period of performance is 60 days or less. Numerous FAR and DFARS provisions and clauses are incorporated, covering areas like prohibitions on certain technologies and companies, labor standards, and contractor conduct. Quotes are due by October 6, 2025, at 2:00 PM CDT, and should be submitted to MAJ Vincent, Rich, and MAJ Vu, Minh Thu.
    The Performance Work Statement (PWS) outlines the fixed-price, performance-based janitorial services required for the U.S. Army Corps of Engineers' Garrison Administration and Maintenance Facilities in Riverdale, ND. The contractor must supply all labor, supervision, transportation, and personal protective equipment (PPE) necessary for facility cleaning. Bidders must submit a Quality Control (QC) plan, past performance references, and a bid proposal. The contract consists of a base offer period from May 1, 2025, to April 30, 2026, along with four optional renewal periods. Key responsibilities include routine (daily, weekly, monthly) and non-routine (semi-annual, annual) cleaning services, maintaining quality assurance through periodic inspections by the Government Quality Assurance Representative (QAR). Contractors must adhere to standards and regulations, ensure employee conduct, provide adequate employee identification for security, and manage key control. There are provisions regarding training for personnel on security and emergency protocols, ensuring proper adherence to safety measures. The document emphasizes the necessity for a comprehensive approach to cleaning and maintaining the facilities in compliance with local, state, and federal regulations, thereby supporting the Government’s goals of operational efficiency and property protection.
    The document outlines a bid proposal for facility cleaning services at an Administration Building and a Maintenance Facility over five contract years, starting from May 1, 2025, through April 30, 2030. The proposal includes routine cleaning services specified by frequency (daily, weekly, and monthly) and non-routine services (semi-annual and annual). Each year contains structured pricing details for each service type across both facilities, with spaces left for unit prices and total amounts. The contract is divided into annual options, with each year mirroring the previous year's service requirements but scheduled to run consecutively for five years. The detailed description helps clarify the expected scope of work, specifically noting that the Maintenance Facility will have additional cleaning during certain months. This document is crucial for understanding the federal government's procurement process in securing cleaning services, representing the government's intent to maintain facility hygiene and operational standards. By detailing service quantities and pricing structures, the proposal enables potential contractors to provide accurate bids, aligning with government disclosure requirements and budget planning.
    The document details the Wage Determination No. 2015-5191 Revision No. 28 issued by the U.S. Department of Labor under the Service Contract Act, outlining the minimum wage rates for workers in Louisiana's Bossier, Caddo, and De Soto parishes. It specifies wage rates applicable for various occupations in 2025, emphasizes compliance with Executive Orders 14026 and 13658, and highlights benefits including health, welfare, vacation, and paid sick leave provisions. Additionally, it provides guidance for classifying unlisted occupations and initiating conformity requests for compliance with wage determinations.
    The government file outlines various aspects of federal and state local Requests for Proposals (RFPs) and grants. The main focus is on funding opportunities available to organizations and entities seeking financial support for projects that align with government objectives. Key topics include eligibility criteria, application processes, and specific areas of interest for funding, such as community development, infrastructure improvements, and public health initiatives. Supporting details explain the importance of meeting deadlines, the requirement for detailed project proposals, and the criteria by which applications will be evaluated. The document also emphasizes transparency in the procurement process and encourages potential applicants to engage with available resources to enhance their proposals. The structure includes a summary of financial provisions, instructions for submissions, and a breakdown of evaluation parameters, ensuring applicants understand what is expected for successful funding. Overall, this file serves as a comprehensive guide for entities looking to access government funding, underscoring the government's commitment to fostering community development and public welfare initiatives.
    The Women-Owned Small Business (WOSB) solicitation encompasses the procurement process for commercial products and services related to garrison project administration and janitorial services, with a total award amount of approximately $22 million. The solicitation details include specific requisition numbers, effective dates, and contact information. The delivery period is outlined from May 1, 2025, to April 30, 2030, with options for additional years contingent upon performance. The scope demands compliance with various federal regulations, including certifications concerning small business participation, service contract labor standards, and requirements for payment by electronic funds transfer. Additionally, performance work statements and wage determinations guide the contractor's obligations and expectations for quality and compliance. Key evaluation factors for proposals include quality control, past performance, and pricing, which will be assessed to determine the most advantageous offer for the government. The document aims to promote transparency and compliance in the contracting process while supporting the engagement of small businesses, particularly those owned by women, in federal procurement activities.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract involving the provision of Garrison Project Administration and Operations Management (OM) Janitorial Services. It details procurement specifics such as the requisition number, contract number, and award date. The total award amount is set at $22 million, with supplies and services divided into base and option years, spanning from May 2025 to April 2030. Each option year represents a continuation of janitorial services. The solicitation emphasizes compliance with various federal regulations, including those related to small business participation and labor standards, indicating a preference for economically disadvantaged women-owned businesses and service-disabled veteran-owned businesses. Included are requirements for offer submissions and acceptance criteria, ensuring quality assurance and performance evaluations. The document further specifies inspection and acceptance locations in Riverdale, ND, and lists several clauses that govern the execution of the contract. By encompassing essential clauses and stipulating important procedural guidelines, it serves as both an invitation for bids and a framework for contractual obligation fulfillment. This contract aims to enhance facility service quality while supporting the federal government's initiatives to promote small business participation in government procurement.
    This document outlines four distinct services related to tank inspections and maintenance at two facilities. Item 0001 details an API Out-of-Service Tank Inspection Service for Facility 5921, encompassing a kick-off meeting, tank cleaning, the inspection itself, containment testing, and report generation. Item 0002 specifies Wiper Seal Replacement at Facility 5921, including all work to replace wiper and pan penetration seals. Items 0003 and 0004 describe API In-Service Tank Inspection Services for Facility 6350-1 and Facility 6350-2, respectively, each involving a kick-off meeting, the in-service inspection, and final report submissions. All services are fixed-price, FOB Destination, and fall under PSC CD: Z1GC.
    This document outlines a request for API In-Service, Tank Inspection Services for two distinct facilities: 6350-1 and 6350-2. The scope of work for each item includes a Kick-Off Meeting, the complete API In-Service tank inspection, and the submission of both draft and final reports. Both services are designated as Firm-Fixed-Price (FFP) and have a Free On Board (FOB) destination. The PSC CD for both services is Z1GC. This solicitation seeks comprehensive tank inspection services to ensure the integrity and safety of the specified facilities.
    This contract outlines non-personnel services for inspecting Department of Defense fuel tanks at Barksdale AFB. The contractor must perform external Aboveground Storage Tank (AST) inspections on specified tanks, providing all necessary personnel, equipment, and materials. Key requirements include conducting a kick-off meeting, performing visual and Ultrasonic Testing (UT) inspections, and submitting detailed draft and final reports that include engineering analysis and suitability for service determinations. The contract specifies a Firm Fixed Price, regular operating hours, and adherence to federal holidays. Additionally, the contractor is responsible for developing a Project Inspection Management Plan, a Health and Safety Plan, and an Accident Prevention Plan. Strict security requirements, including identity proofing and vetting for all personnel, are also mandated for site access.
    This contract outlines non-personnel services for inspecting Department of Defense fuel tanks at Barksdale AFB. The scope includes tank cleaning, wiper seal replacement, and comprehensive Aboveground Storage Tank (AST) inspections (internal and external) per Attachment B. The contractor must provide all necessary resources except government-furnished items. Key requirements include adherence to recognized holidays and operating hours (0730-1630, Monday-Friday), coordination for site access and a mandatory kick-off meeting, and a teleconference out-briefing before returning tanks to service. The contractor must develop a Project Inspection Management Plan (PMP), a Health and Safety Plan (HSP), and an Accident Prevention Plan (APP). Specific tasks detail API 653 internal and external inspections, coating condition surveys, secondary containment area assessments, hydrostatic testing, and UT scans. Deliverables include draft and final inspection reports, a Coating Conditions Survey (CCS) Report, and a UT Inspection report, all subject to strict deadlines and compliance with numerous industry standards and federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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.
    29--TANK,FUEL,PORTABLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of portable fuel tanks, specifically NSN 2910016490252, under a Combined Synopsis/Solicitation notice. The requirement includes an estimated quantity of 9 units, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with a guaranteed minimum of one unit. These portable fuel tanks are critical for various military operations and will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    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.
    Bradley Engine Fuel Tank; Sole Sourced to BAE Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of Bradley Engine Fuel Tanks, specifically a one-time buy of 80 units from BAE Systems & Armaments L.P. This contract, categorized as a Firm-Fixed Price (FFP) agreement, is established under unusual and compelling urgency to support the U.S. Army Tank-automotive and Armaments Command (TACOM). The fuel tanks, identified by National Stock Number 2910-01-620-2142 and Part Number 12535649, are critical components for military vehicles, ensuring operational readiness. Proposals are due by December 15, 2025, and interested parties can contact Kelsey Brown at kelsey.e.brown@dla.mil for further information.
    29--TANK,FUEL,ENGINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of fuel tanks for engines, specifically NSN 2910000893947. The requirement includes the delivery of 10 units by a specified date, with an additional single unit to be delivered within a shorter timeframe, highlighting the urgency and importance of these components for military operations. These fuel tanks are critical for the functionality of various military vehicles, ensuring operational readiness and efficiency. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via the provided email address, DibbsBSM@dla.mil, with the solicitation details available on the DLA's website.
    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.
    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.
    15--TANK,FUEL,AIRCRAFT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of fuel tanks for aircraft, classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This requirement is for Foreign Military Sales (FMS) spares and will utilize limited source procedures, with the contract being awarded to the offeror providing the lowest price technically acceptable (LPTA) quote. The procurement is critical for maintaining operational readiness and support for allied nations' military capabilities. Interested vendors must submit their quotes via email to Linda Vong at linda.vong2.civ@us.navy.mil by the specified closing date, with further details available upon request.
    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.