SP-POL-CMP-INSPECT-FY25-EDW (PO 05)
ID: W9128F25Q0017Type: 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

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for inspection services related to fuel storage tanks at Edwards Air Force Base in California. The contract requires the contractor to conduct STI External inspections, transfer fuel, clean tanks, and provide strapping charts, all in compliance with federal, state, and local regulations. This procurement is crucial for maintaining safety and regulatory compliance in military fuel management systems, ensuring environmental protection and operational integrity. Interested parties must submit their proposals by December 12, 2024, and can contact Ryan L. Saville at ryan.l.saville@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The file outlines comprehensive security requirements for employees seeking access to military installations, emphasizing the importance of identity proofing and vetting procedures. All personnel must undergo checks via the National Crime Information Center and California Law Enforcement Telecommunication System unless they possess a verified government security clearance. Detailed identification documents are stipulated for entry, with additional verification methods during heightened security alerts. The document defines disqualifying criteria for base access, including criminal history, immigration status issues, and potential ties to terrorism. Prime contractors are accountable for employee compliance with security measures, including immediate reporting of status changes and retrieval of access credentials when no longer needed. Procedures for obtaining base passes are clearly articulated, with guidelines on sponsorship requirements and validation of identification. Moreover, the importance of immediate reporting for lost credentials is stressed, ensuring that sensitive information is safeguarded in compliance with agency regulations. Overall, this document serves to protect national security by establishing stringent entry protocols and responsibilities for individuals at military installations.
    The document pertains to a Request for Proposal (RFP) for the inspection and maintenance of a fuel tank, designated as Tank 5, installed at Edwards Air Force Base in California. The tank has a capacity of 15,000 gallons and requires a range of inspections, including an ultrasonic survey and a roundness survey, both confirmed as necessary. The inspection type specified is "STI External" using strapping charts, focused on the MRR (Monthly Registered Report) and Mogas (Motor Gasoline) fuel types. Additionally, there are specific requirements for replacing the manway seal, which includes a 24-inch hatch with a 4-inch port and automatic tank gauging system. The document outlines the logistics concerning gallons remaining to be transferred and the fulfillment of certification for the strapping charts. Overall, this proposal highlights the essential aspects of maintaining regulatory compliance and operational safety related to fuel management at a significant military installation.
    The Defense Logistics Agency Energy Division is initiating a project to construct product containment areas and replace secondary containment areas at Fort Indiantown Gap, Pennsylvania, with an estimated budget of $1,150,000. Managed by Rick Rivera, the project aims to identify and rectify deficiencies in fueling facilities to prevent fuel releases that could harm the environment and endanger personnel. Key objectives include the installation of secondary spill containment systems, ground vehicle refueling stations, and protection mechanisms against tank overfills. The project is framed within a clear timeline, targeting completion by November 11, 2011. It also specifies costs, with approximately $885,868 allocated to project management and field activities. Stakeholders from various engineering and special projects units are involved, ensuring compliance with federal, state, and local standards throughout the upgrading process. By addressing these critical infrastructure needs, the initiative seeks to uphold environmental safety and operational efficiency within the military fueling framework.
    The document outlines a program management report, led by Program Manager Adam Ashton, summarizing the status of task orders related to a specific project. It includes an executive summary highlighting the overall task order status, key accomplishments, and any concerns. A detailed status/schedule section lists various service inspections, codes, completion percentages, and important dates relevant to work plans, inspections, and reporting timelines, ensuring efficient management of the project’s progress. Additionally, the lessons learned section provides insights for future projects, emphasizing organizational learning without reiterating specific action points. This report is crucial for informing stakeholders about project advancements, addressing challenges, and enhancing future initiatives, underscoring the government's involvement in meticulous program oversight and support for state and local grants and RFPs.
    The document is a teleconference briefing summarizing the findings from an inspection of Fuel Storage Tank No. [XXXXX], conducted in accordance with API 653 standards. The inspection was performed by [Company Name] on [ddmmmyy]. Results are categorized into three types of recommendations: Mandatory, Short Term, and Long Term, reflecting varying urgency for follow-up actions. It specifies future inspection requirements, including dates for both out-of-service and in-service tank evaluations under API 653 protocols. Relevant state regulations are noted, emphasizing compliance. The final documents will be included in the closeout documentation as mandated by the task order. The inspection was carried out by an API 653 Certified Inspector, ensuring adherence to industry standards and safety regulations. This summary serves as a critical analysis component for government RFPs concerning fuel system safety and compliance monitoring.
    The document is a Return to Service Letter regarding the inspection of a fuel storage tank, conducted by [Company Name] in accordance with API 653 standards. The inspection, performed on [date], concluded that the tank was in satisfactory condition for return to service, with no immediate repairs necessary to ensure the safety of operators or the environment. The tank was officially returned to service on [date]. The letter outlines future inspection recommendations, including an API 653 Out-Of-Service tank inspection and In-Service tank inspection, specifying deadlines for these evaluations. It notes applicable state regulations and confirms that final documentation will be provided as part of the task order closure process. Prepared by an API 653 certified inspector, the document also includes signatures from both the installation contact and the USACE Fuels Project Manager, indicating acknowledgment of the inspection's findings and readiness for continued operational use. This inspection report is part of compliance related to federal regulations for safety in handling fuel storage systems.
    The API 653 In-Service Inspection Report from the US Army Corps of Engineers examines a specific tank's integrity and adherence to safety standards. The report outlines key elements, including the inspection date, mandatory repairs, and recommendations for short and long-term maintenance based on findings from the inspection conducted on January 20XX. It emphasizes the tank's construction, foundation, shell, appurtenances, coating, piping system, fire protection, and secondary containment. The document includes mandated mandatory repairs that need immediate attention to maintain safety and operational integrity, as well as short-term and long-term repair suggestions to ensure compliance with federal and state regulations. The inspection process follows a well-structured approach, categorizing findings into clear sections with detailed analyses and calculations provided in appendices. Overall, the report serves as a vital component of federal oversight and response strategies in maintaining critical military infrastructure, ensuring that the tanks meet safety and operational standards to prevent environmental risks and equipment failures.
    This report presents the findings from inspections of aboveground storage tanks (ASTs) at Edwards Air Force Base, conducted by a certified team from AECOM on October 4, 2011. The inspections revealed that none of the five ASTs was fully compliant with current national standards. Key issues included leaks, inadequate spacing between tanks, missing safety labels, and various compliance failures such as lack of necessary valves and devices. For each tank, specific deficiencies were identified, with corresponding repair recommendations outlined, along with estimated costs for corrective actions. An updated inspection schedule was also provided, recommending monthly inspections by the owner/operator to monitor conditions and prevent potential hazardous leaks or spills. This summary emphasizes the importance of maintaining compliance with EPA regulations, industry standards, and ensuring environmental safety through rigorous inspection and maintenance practices. The document serves as a crucial framework for the ongoing management of fuel storage systems within the context of federal regulatory compliance and environmental protection efforts.
    The document discusses essential technical considerations for contractors regarding the maintenance and repair of a fuel tank, in alignment with safety and operational protocols. Key points include the need for coordination with base personnel for proper fuel drainage and obtaining necessary hardware information after contract award. It emphasizes adherence to OSHA standards for personnel safety during tank access, noting that no comprehensive scaffolding platform exists but a ladder is accessible. Additionally, contractors must confirm specific details regarding manway closures and hardware requirements since the government lacks this data. Prior to any manway opening, electrical power must be turned off to ensure safety. This document serves as guidance within federal RFP frameworks, necessitating contractor compliance and coordination to meet safety and operational standards.
    The document outlines specific queries and clarifications regarding a fuel tank management project related to a government contract. It addresses procedural details including the appropriate methods for transferring residual fuel through designated ports, safety measures for tank entry in compliance with OSHA requirements, and the need for coordination with base personnel. It notes that the contractor is responsible for transferring up to 10,000 gallons of fuel to a temporary tank provided by the government. Several technical aspects remain ambiguous, such as hardware specifics for the manway, necessitating contractor verification following award. Importantly, it states that electrical power must be shut off before accessing the tank while highlighting the contractor's responsibility to communicate for a power outage schedule in advance. The document emphasizes safety protocols and the necessity for contractors to adhere to outlined measures to ensure a safe operation around the fuel tanks.
    The document outlines a Request for Quote (RFQ) from the U.S. Army Corps of Engineers for non-personnel services related to inspections of fuel tanks at Edwards Air Force Base. The scope includes transferring fuel, cleaning tanks, conducting STI External Inspections, and providing strapping charts, all in accordance with federal, state, and local regulations. The contract is set as a Firm Fixed Price type, with a bidding deadline of December 12, 2024. The Contractor is required to furnish all necessary personnel, supplies, and equipment while adhering to a Quality Assurance Surveillance Plan to ensure performance standards. A detailed project management plan, safety protocols, and applicable regulations must be included. The evaluation criteria for bids prioritize technical capability, experience, and pricing, with a focus on previous similar projects. Furthermore, the RFQ notes the requirement for a kickoff meeting and communication with installation personnel before commencing work. Overall, this RFQ reflects the government's need for specialized inspection services to maintain compliance and safety in fuel management, emphasizing transparency and accountability in the contractor's performance.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Fuel Tank Inspection and Certification
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for inspection and certification services for fuel tanks under solicitation number W912NW25Q0031. The procurement aims to ensure compliance and operational readiness for 19 fuel storage units, which include various tanks primarily used for Ultra-Low Sulfur Diesel and other oils, with a delivery deadline set for April 30, 2025. This opportunity underscores the importance of maintaining regulatory standards in fuel storage and handling within government facilities, reflecting the commitment to asset management and environmental compliance. Interested small businesses must submit their proposals by 10:00 AM on March 17, 2025, and can direct inquiries to Carlos Bernal at carlos.s.bernal.civ@army.mil.
    SP-POL-CMP-INSPECT-FY25-FWY (PO 28)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide inspection and maintenance services for fuel storage tanks at Fort Wayne, Indiana, under the contract titled SP-POL-CMP-INSPECT-FY25-FWY (PO 28). The procurement involves comprehensive internal inspections, cleaning, and wiper seal replacements for two tanks, ensuring compliance with American Petroleum Institute (API) standards and maintaining operational safety within government-regulated facilities. This contract is critical for upholding safety and environmental standards in fuel storage operations, with a contract duration of 240 days post-award and a submission deadline for quotes set for March 19, 2025. Interested parties can direct inquiries to Kristal Dobry at kristal.d.dobry@usace.army.mil.
    Construct Flightline Fueling Facility
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Kansas City office, is soliciting proposals for the construction of a Flightline Fueling Facility. This project falls under the NAICS code 237120, which pertains to Oil and Gas Pipeline and Related Structures Construction, and involves the construction of fuel supply facilities. The successful contractor will be responsible for ensuring compliance with updated FAR clauses and submitting required documents by the specified deadlines. Interested parties should note that the site visit submission due date has been amended to March 20, 2025, while the proposal due date remains unchanged. For further inquiries, potential bidders can contact Jeri Halterman at jeri.l.halterman@usace.army.mil or Michael France at michael.g.france@usace.army.mil.
    F109--Underground Storage Tank Inspections | St. Louis VA HCS
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a contract focused on underground storage tank inspections at the St. Louis Veterans Affairs Health Care System. The contract, anticipated to be a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span five years with a ceiling of $19 million and includes provisions for small business participation, particularly for service-disabled veteran-owned small businesses. This procurement is critical for ensuring compliance with environmental regulations and maintaining the integrity of underground storage tanks, which play a vital role in environmental protection and safety. Interested contractors should reach out to Contract Specialist Laura J. Ferguson at laura.ferguson@va.gov for further details and to ensure compliance with submission requirements.
    Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.
    Repair of a Vertical Aboveground Tank, Eareckson Air Station
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is conducting market research for a Design-Build contract to repair a vertical aboveground tank at Eareckson Air Station on Shemya Island, Alaska. The project involves API 653 repairs and maintenance tasks, including the replacement of various tank components, final inspections, and the management of hazardous materials during coating processes. This opportunity is critical for ensuring the operational integrity of fuel storage facilities, and interested firms are encouraged to provide feedback on their capabilities and past experiences related to similar projects. For inquiries, potential respondents can contact Charles Thirsk at Charles.Thirsk@usace.army.mil or Jae Chang at jae.chang@usace.army.mil, noting that this notice does not constitute a formal request for proposals and that responses will be at the respondent's expense.
    F109--436 - Underground Storage Tank (UST) Inspection
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the inspection of Underground Storage Tanks (UST) at the Montana Veterans Affairs Healthcare System in Fort Harrison, Montana. The procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for conducting Operator’s Annual Inspections (OAI) on four specific tanks, ensuring compliance with Montana Department of Environmental Quality regulations, including functionality tests and hydrostatic testing. This initiative is crucial for maintaining environmental safety and regulatory compliance regarding storage tank management. Interested contractors must respond to the presolicitation notice by March 21, 2025, at 10 AM Mountain Time, and can contact Contract Specialist David M Glanton at David.Glanton@va.gov or 303-717-7075 for further details.
    Multiple Award Construction Contract for Inspection, Repair, and Renovation Construction Services for Petroleum, Oil, and Lubricant Fuel Systems at Various Locations Worldwide
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFAC Systems and Exp Warfare Center, is soliciting proposals for a Multiple Award Construction Contract focused on inspection, repair, and renovation construction services for petroleum, oil, and lubricant fuel systems at various locations worldwide. This contract aims to ensure the operational integrity and reliability of critical fuel supply facilities, which are essential for military readiness and logistics. Interested contractors should note that the procurement falls under the NAICS code 237120, and the primary contact for inquiries is Analaura Montalvo, who can be reached at analaura.montalvo.civ@us.navy.mil or by phone at 805-982-5605. Additional contact is available through Olga Muna at olga.c.muna.civ@us.navy.mil or 805-982-3038.
    J091--Tank Testing and Veeder Root Installation Brand Name or Equal
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a federal contract titled "J091--Tank Testing and Veeder Root Installation Brand Name or Equal," aimed at enhancing fuel management systems at the Central Texas Veterans Health Care Facility in Waco, Texas. The project requires the contractor to conduct pressure testing on 12 fuel tanks, install Veeder Root monitoring systems at eight locations, and replace essential components, all within a 120-day performance period. This initiative is critical for modernizing the facility's fuel management capabilities while ensuring compliance with safety and regulatory standards. Interested bidders, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals electronically, with a project budget estimated between $250,000 and $500,000. For further inquiries, contact Contract Specialist Makarim (AJ) Abdul-Jabbar at Makarim.Abdul-Jabbar@va.gov.
    F-35 Fuel Stands
    Buyer not available
    The Department of Defense, specifically the Air Force's 301st Operational Contracting Flight, is seeking proposals from qualified small businesses for the procurement of two F-35 Fuel Stands. These stands must adhere to government specifications and engineered drawings, emphasizing safety features such as slip-resistant flooring and corrosion-resistant materials, while being constructed from aluminum and designed for modular transport. The procurement is critical for military operations, ensuring that the necessary equipment meets high safety and usability standards. Interested vendors must submit their quotations by March 13, 2025, with all proposals to be sent via email to the designated contacts, Emily Crotta and Todd Benner, at their respective email addresses.