Z--Replacement of Diesel Fuel Storage Tank
ID: 140FC225Q0028Type: Solicitation
AwardedJul 9, 2025
$50K$50,000
AwardeeSescenti LLC 1818 CHANDLER RD Statesboro GA 30458 USA
Award #:140FC225P0059
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, CONSTRUCTION A/E TEAM 2Falls Church, VA, 22041, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF WASTE TREATMENT AND STORAGE FACILITIES (Z2PD)

Set Aside

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

    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of a failing 2,000-gallon above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, ME. The project entails the removal of the existing tank, proper disposal in compliance with environmental regulations, and the installation of a new 1,000-gallon tank on an existing concrete pad, with work expected to commence in July 2025 and completed within 30 days of the Notice to Proceed. This initiative is crucial for maintaining the hatchery's operations while adhering to safety and environmental standards. Interested contractors should note that the estimated project cost ranges from $25,000 to $100,000, with a proposal submission deadline of June 18, 2025, and a mandatory site visit scheduled for June 10, 2025. For further inquiries, contact Christa Garrigas at christa_garrigas@fws.gov or call 325-261-4143.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses queries regarding the replacement of an above-ground diesel fuel storage tank as part of a federal project. It confirms that the existing concrete slab will not be replaced, and the new tank will utilize a standard top fill box, rather than a remote fill option. The specifications for the new 1,000-gallon tank include meeting UL-2085 requirements due to its proximity to a building, highlighting the tank’s construction standards and safety features. Existing bollards will not be removed unless necessary, and the hatchery staff will manage the removal and transfer of the current fuel before installation. The project emphasizes the importance of containment for the new tank and dictates that the contractor is responsible for obtaining the Fire Marshal permit. The remaining fuel in the current tank will be transferred to a larger tank at the hatchery. Overall, the document serves as a detailed guide for contractors to ensure compliance with safety and regulatory standards throughout the tank replacement project, reflecting typical protocols in government RFPs and grants.
    The U.S. Fish and Wildlife Service is seeking proposals for the replacement of a failing 2,000-gallon above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, ME. The project involves the removal of the existing tank, proper disposal in accordance with environmental regulations, and installation of a new 1,000-gallon tank on an existing concrete pad. The work is scheduled to commence in July 2025 and must be completed within 30 days of the Notice to Proceed. Key conditions include coordinating with hatchery operations and ensuring the new tank meets safety standards for containment and monitoring. Bidders must provide all labor, materials, and necessary project documentation, including technical data, warranty, and installation instructions. This contract emphasizes compliance with industry best practices and regulatory standards to support continued hatchery operations effectively while enhancing fuel storage capabilities.
    The document appears to be a corrupted or unreadable text file that lacks coherent information or structure as expected in government RFPs, federal grants, or state/local RFPs. Due to its scrambled state, it does not present a clear main topic, key ideas, or supporting details that would typically be found in such documents. Analyzing the context of government proposals, these documents usually include project scopes, funding opportunities, eligibility criteria, and requirements for submissions. However, this file is unintelligible, rendering any standard analytical or summarization effort ineffective. For proper examination and extraction of relevant content, access to a readable version of the document is essential, as the current state fails to convey any actionable or understandable information likely intended for stakeholders involved in federal or state procurements and grants.
    This document pertains to the amendment of solicitation number 140FC225Q0028 for a construction project involving the removal and replacement of a diesel fuel storage tank. The key updates state that the solicitation closing date has been extended to June 18, 2025, at 12:00 PM EST, and it includes a mandatory site visit scheduled for June 10, 2025, at 10:00 AM EST, located in Ellsworth, ME. Questions regarding the solicitation must be submitted via email by June 11, 2025, with a clear emphasis that no questions will be addressed during the site visit. The scope of work includes replacing a 2,000-gallon above-ground tank with a 1,000-gallon tank, reconnecting supply lines, and reinstalling equipment as per the attached statement of work. The estimated cost for this construction project is between $25,000 and $100,000. The amendment also outlines the proper acknowledgment of receipt methods for contractors to avoid rejection of offers and underscores the importance of compliance with specified timelines. Overall, this document serves to inform potential contractors of key amendments to the solicitation and procedural requirements essential for participating in this federal project.
    The document outlines the Request for Proposal (RFP) for the Replacement of Above Ground Fuel Storage Tank at the Green Lake National Fish Hatchery, with a focus on compliance with federal requirements. The contractor is tasked with removing a 2,000-gallon tank and installing a 1,000-gallon unit, with work anticipated to start within 10 calendar days post-award and completed within 30 days. The project falls within a budget estimate of $25,000 to $100,000 and includes mandatory environmental and safety measures during construction. A site visit is scheduled prior to proposal submission, emphasizing the importance of proper inquiry and adherence to deadlines for any queries related to the proposal. Additional clauses pertaining to wage determination, bonds, inspection protocols, and compliance with environmental laws are reiterated, alongside specifics on invoicing and payment processing through the Government's Invoice Processing Platform (IPP). The solicitation underlines the necessity of using domestic materials in line with the Buy American Act, ensuring a commitment to regulations while promoting transparency and ethical sourcing during the bidding process. This project reflects the government's ongoing efforts to maintain infrastructure while adhering to environmental and safety standards.
    Lifecycle
    Similar Opportunities
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks must match existing models and meet specific requirements, including features such as a 22-inch screw lid, internal supports, and compliance with ANSI/NSF 61 for potable water. The tanks will be utilized to store potable water for wildlife in drought-prone areas, emphasizing their importance in supporting local ecosystems. Interested small businesses must submit their quotes by December 22, 2025, at 5:00 pm EST, with the contract period of performance set from December 29, 2025, to February 16, 2026. For inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407.
    Y--AK SAIC ANCHORAGE HYDRATION STATION
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the installation of a hydration station at the Service Office of Law Enforcement in Anchorage, Alaska. The project requires the contractor to provide all necessary labor, materials, tools, and equipment to complete the installation, ensuring compliance with local building codes and federal regulations, with a construction magnitude of less than $25,000. This installation is crucial for enhancing operational efficiency and ensuring access to hydration for personnel at the facility. Interested small businesses must acknowledge receipt of amendments and submit proposals by the specified deadlines, with the completion date for the project set for January 23, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or by phone at 505-248-6792.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    SC-BEARS BLUFF NFH- HEAT PUMP REPLACEMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting bids for the replacement of HVAC systems at the Bears Bluff National Fish Hatchery in Wadmalaw Island, South Carolina. The project involves the procurement and installation of two 3-ton, 15 SEER heat pump packaged systems with 8KW electric heat strips to replace aging units in staff quarters, ensuring safe and comfortable living conditions for personnel. This initiative is critical for maintaining operational efficiency and compliance with safety standards, with a total project value estimated at less than $25,000. Interested contractors must attend a site visit on December 17, 2025, submit questions by December 18, 2025, and provide quotes by January 7, 2026, with performance expected to commence shortly after award and completed within 98 days.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    CFA-696 Used Oil Tank Replacement
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the CFA-696 Used Oil Tank Replacement project at the Idaho National Laboratory in Idaho Falls, Idaho. The project involves the removal of five outdated underground used oil storage tanks and the installation of a new 4,000-gallon above-ground tank, along with a new above-ground collection basin and pump system, aimed at enhancing environmental compliance, operational safety, and system reliability. This initiative is critical for maintaining the laboratory's commitment to clean energy innovation and national security. Interested vendors must submit their EOIs, including company details and relevant capabilities, to Chase Egbert at Chase.Egbert@inl.gov by January 16, 2026, to be considered for the subsequent Request for Proposal process.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    MN-MN VLY NWR-VEHICLE LIFT PURCHASE AND INSTALLATI
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for the purchase and installation of a 20,000-lb capacity Rotary SPO20-TA/SPO20N0T0-BL 2-post above-ground automotive lift at the Minnesota Valley National Wildlife Refuge in Bloomington, MN. The project requires adherence to OSHA standards, local building codes, and the installation of a lift that is fully ALI/ETL-certified, along with the decommissioning of an existing lift. This procurement is critical for maintaining operational efficiency at the refuge's Rapids Lake Shop, ensuring safe and effective vehicle maintenance. Interested small businesses must submit their quotes by December 17, 2025, at 5:00 PM EST, with the contract period running from January 12, 2026, to March 11, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    Purchase New Liquid Nitrogen Tank
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.