ContractSolicitation

P919 - Phase I, Bulk Fuel Tank Farm Improvements, Naval Station Rota, Spain

DEPT OF DEFENSE N6247026R0006
Response Deadline
Apr 10, 2026
9 days left
Days Remaining
9
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

NAVFACSYSCOM Atlantic, for the Department of the Navy, is soliciting a design-bid-build contract to improve the P-919 bulk fuel tank farm and related fuel transfer infrastructure at Naval Station Rota, Spain. The work includes construction of two 50,000-barrel cut-and-cover tanks, pumping and additive systems, tie-in and off-loading facilities, decommissioning and demolition, and associated pipeline work, including the F-76/Pier 3 fuel line and related electrical, mechanical, civil, and cathodic protection systems. The project is tied to detailed technical requirements covering hazardous-area electrical work, fire alarm and grounding systems, piggable piping, corrosion protection, and compliance with UFC 3-460-01, EM 385-1-1, and applicable Spanish and European codes, with evaluation focused on construction experience, safety, technical solution, and past performance. Proposals are due April 10, 2026, and the solicitation is identified as an unrestricted firm-fixed-price procurement valued between $25 million and $100 million.

Classification Codes

NAICS Code
237120
Oil and Gas Pipeline and Related Structures Construction
PSC Code
Y1NA
CONSTRUCTION OF FUEL SUPPLY FACILITIES

Solicitation Documents

63 Files
N6247026R0006 Amedment 0001.pdf
PDF1725 KBMar 24, 2026
AI Summary
Amendment 0001 to Solicitation N6247026R0006 for the P919 Bulk Tank Fuel Farm Improvements and Pipeline Phase 1 at Naval Station Rota, Spain, was issued on December 1, 2025. This amendment provides responses to pre-proposal inquiries, revises the solicitation's Contract Line Item Number (CLIN) Schedule, and includes additional attachments such as the F74 Drawings and Specifications. Key revisions include adding an option for the F76 Fuel Line from Pier 3 to the Bulk Storage Fuel Farm and modifying existing CLINs from 'Real Property' to 'Services.' The amendment also incorporates the FAR Clause 52.223-23 for Sustainable Products and Services and modifies DFARS Clause 252.232-7006 regarding Wide Area WorkFlow (WAWF) payment instructions, detailing document types, routing, and contact information for electronic invoicing.
Attachment_F_P919__Volume_1_of_15.pdf
PDF3831 KBMar 24, 2026
AI Summary
This government file details the P-919 Bulk Tank Farm Improvements, Phase 1 project for the Naval Facilities Engineering System Command Atlantic, specifically for Naval Facilities Europe, Africa, Central. The project, identified by Task Order No. N6247020F4022 and eProjects Work Order No. 1671552, involves corrected final design work at NAVSTA Rota, Spain, focusing on the tank area near Pier 3. The document, dated September 2024, includes multiple pages (G-001 through G-004, G-010T, G-011T) that have been digitally approved by William Bahrandt Forbes on January 22, 2025, indicating official sanction of the plans for this critical infrastructure upgrade.
Attachment_F_P919__Volume_2_of_15.pdf
PDF2011 KBMar 24, 2026
AI Summary
The document details life safety considerations and plans for the P-919 Bulk Tank Farm Improvements, Phase 1 project by the Naval Facilities Engineering System Command ~ Atlantic. It outlines applicable building codes, use group/occupancy classifications, fire protection systems, construction types, and fire resistance rating requirements for building elements, including exterior walls and interior finish classifications. Key aspects such as allowable and actual area and height, travel distances, capacity of exits, and additional life safety criteria, including means of egress, are covered. The document also includes specific life safety floor plans for Pump Vaults 100 and 200, and the Injector Building. Each section is presented in both English and Spanish, and the document is approved by a professional engineer from the Commonwealth of Virginia.
Attachment_F_P919__Volume_3_of_15.pdf
PDF17474 KBMar 24, 2026
AI Summary
The document outlines the P-919 Bulk Tank Farm Improvements, Phase 1 project by the NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ~ ATLANTIC. This project involves a comprehensive set of civil and structural engineering plans for enhancing the bulk tank farm. Key civil aspects include demolition, civil layout, grading and drainage, erosion and sediment control (Phase I and II), and a drainage analysis plan. Structural improvements cover water line profiles, various pavement and joint details, pipe and culvert bedding, thrust blocks, fire hydrants, bollards, wheel stops, tapping sleeve connections, equipment pads, and erosion control measures like level spreaders, concrete ditch lining, culvert inlet protection, safety fences, and fill diversions. Additionally, the project details chain link fencing, gate plans, and specific structural plans for bulk tank floor and roof slabs, radial gutters, column layouts, pump vaults, and an additive injector building, including detailed reinforcement elevations and foundation plans.
Attachment_F_P919__Volume_7_of_15.pdf
PDF13811 KBMar 24, 2026
AI Summary
The document outlines the "P-919 Bulk Tank Farm Improvements, Phase 1" project by the NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ~ ATLANTIC. This project focuses on electrical, grounding, and control system improvements for the bulk tank farm, including the Additive Injector Building, Pump Vault, Additive Tank Area, and FSII Off-Loading areas in Rota, Spain. Key aspects include electrical layouts, hazardous area classifications, power and control plans, lightning protection, and comprehensive grounding plans for various components like bulk tanks, pump vaults, and additive injector buildings. The file details specific wiring diagrams for motor control, fuel pumps, ATG systems, drain tank pumps, leak pit control panels, and emergency fuel shutoff systems. It also specifies types of lighting fixtures for hazardous and non-hazardous locations and illustrates critical installation details for ductbanks, transformers, and grounding connections. The document emphasizes adherence to safety standards for hazardous locations and proper grounding procedures.
Attachment_F_P919__Volume_8_of_15.pdf
PDF30266 KBMar 24, 2026
AI Summary
The document, "P-919 Bulk Tank Farm Improvements, Phase 1," outlines demolition plans and general construction notes for a project by the Naval Facilities Engineering System Command Atlantic. It includes civil legends, general plan symbols, utility line designations, grading and drainage symbols, and civil abbreviations in both English and Spanish. The demolition plans detail the removal of existing pavement (PCC and asphalt), aggregate, sidewalks, and trees/shrubs, specifying methods like full-depth saw cuts. Key construction notes emphasize immediate notification of discrepancies, contractor responsibility for damages, verification of existing utility locations and depths, protection of utilities, and adherence to horizontal and vertical alignments. It also mandates maintaining erosion and sediment control, recording pavement elevations, coordinating lane closures to ensure emergency access, and immediate suspension of work if artifacts or human remains are discovered. The project uses UTM metric coordinates (Zone 29 North) and European Datum 1950 for horizontal control, with elevations based on mean sea level at Alicante.
N6247026R0006 Amendment 0006.pdf
PDF573 KBMar 24, 2026
AI Summary
Amendment 0006 to Solicitation N6247026R0006, issued by NAVFACSYSCOM ATLANTIC, extends the proposal due date from March 26, 2026, to April 10, 2026. This amendment addresses Pre-Proposal Inquiries (PPIs) and provides corrected F76 Drawings (Attachment M) and revisions to the solicitation to correct
P919 - Amendment 0006.pdf
PDF227 KBMar 24, 2026
AI Summary
Amendment 0006 to Solicitation N6247026R0006 extends the proposal due date to April 10, 2026, and provides comprehensive responses to 71 pre-proposal inquiries (PPIs 137-207). Key revisions include correcting titles of Attachments M and N from “F74” to “F76,” providing updated F76 Drawings (Attachment M) with corrected titles, and issuing revised drawings and specifications. The amendment also revises solicitation language regarding the deadline for PPI submissions and adds FAR Clause 52.236-14 concerning the availability and use of utility services, detailing costs for electric, water, and sewage. PPI responses clarify technical specifications, drawing discrepancies, material requirements, and operational procedures for various project components, including pipelines, tanks, and electrical systems.
Amendment 0006_Revised EC502P CATHODIC PROTECTION DETAILS.pdf
PDF1142 KBMar 24, 2026
AI Summary
The document appears to be a technical diagram or schematic related to pipelines and cathodic protection systems, likely for fuel storage or transport, given the mention of JP-8, JP-5, and F-76 fuels. It details various pipe sizes (250mm, 350mm, 450mm, 500mm) and components such as reference electrodes, anode shunt boxes, and #8 AWG HMWPE cable leads. The Naval Facilities Engineering System Command ~ Atlantic (EC502P) is identified, indicating a government or military context. The purpose is to illustrate the setup for monitoring and protecting pipeline integrity, likely against corrosion, as implied by the cathodic protection elements. This type of technical specification would be crucial for government RFPs related to infrastructure maintenance, upgrades, or construction of fuel handling facilities.
Amendment 0006_Revised F76 Pier 3 Civil Dwgs.pdf
PDF1397 KBMar 24, 2026
AI Summary
The document lists multiple entries under the "NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ~ ATLANTIC," each associated with "Catherine Weikel" and specific codes like "B1," "1:500," "CD119," "CD120," and "C-404," "1:50." This structure suggests a record of projects, tasks, or personnel assignments within the Naval Facilities Engineering System Command Atlantic, potentially related to federal government RFPs, grants, or internal project management. The recurring name and organization indicate a centralized management or reporting system for various activities or facilities under this command.
Amendment 0006_Revised F76 Pier 3 Mech Dwgs.pdf
PDF8344 KBMar 24, 2026
AI Summary
The Naval Facilities Engineering System Command Atlantic is undertaking a project to replace the fuel pipeline from Pier 3 to bulk storage, as detailed in the provided definitive drawings and keyed notes. The project involves significant work on ML-1 and ML-2 manholes, focusing on the installation and repair of 500mm F-76 fuel pipelines. Key tasks include repairing valve pit wall penetrations, rehabilitating damaged concrete in accordance with specification 03 01 00 and ACI 562-16, and providing high-point vents and tees with guide bars. For the ML-2 manhole, additional requirements include providing DBB plug valves with thermal relief, cutting wall openings for pipe penetrations with sleeves, and installing curbed concrete containment pads for pig launchers. These pig launchers must be designed to accommodate intelligent pigs in accordance with UFC 3-460-01, Chapter 9, and specification section 33 52 40, with the vendor confirming barrel size and kicker attachment location. The project also specifies providing 3-diameter bend radius elbows and full port DB&B ball valves (piggable) with thermal relief. This project is critical for modernizing and maintaining the naval fuel infrastructure, ensuring safety and compliance with federal guidelines.
Amendment 0006_Revised Tank DWGs Prime.pdf
PDF3728 KBMar 24, 2026
AI Summary
The document outlines improvements for the P-919 Bulk Tank Farm, Phase 1, managed by the NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ~ ATLANTIC. The project focuses on enhancing the bulk tank farm through civil, mechanical, and electrical upgrades. Key areas include civil layout (C-101T), cut-and-cover fuel system flow schematics (M-002T), and various piping plans such as pump vault (M-401T), additive injector building (M-402T), tie-in vault (M-403T), and off-loading (M-404T). The project also covers pipe support types (M-502T), receipt nozzles (M-504T), and detailed piping & instrument diagrams for the additive system (M-602T, M-603T). Electrical plans include power and controls for the additive tank area (E-407T), leak detection systems (E-602T), and various wiring diagrams for pumps, ATG systems, and site lighting (E-609T).
Amendment 0006_Revised P-919 Dwgs_Pipeline Dwgs.pdf
PDF45621 KBMar 24, 2026
AI Summary
This government file, originating from the NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ~ ATLANTIC, comprises a series of definitive drawings intended for reference and planning purposes only. The file includes various plan sheets (M-021P, M-122P, M-123P, M-124P, M-125P, M-126P, M-127P, M-128P, M-129P, M-130P, M-132P, M-133P, M-134P, M-135P, M-136P, M-137P, M-138P, M-139P, M-423P, M-428P, M-429P, M-523P, M-621P), most of which are elevation and station diagrams with varying scales (1:200 and 1:500). Some sheets also contain revision notes, indicating updates made by "Tim Schmitt." The document emphasizes that these drawings are not for construction and serve solely for preliminary design and informational use within the Naval Facilities Engineering System Command – Atlantic operations.
Amendment 0006_Revised 01 35 26.pdf
PDF120 KBMar 24, 2026
AI Summary
The P-919 BULK TANK FARM IMPROVEMENTS, PHASE 1 project at NAVSTA ROTA, SPAIN, outlines comprehensive governmental safety requirements. This document details personnel qualifications for roles like Site Safety and Health Officer (SSHO) and various Competent Persons (e.g., Confined Space, Fall Protection, Scaffolding, Cranes and Rigging, Excavation/Trenching). It mandates an Accident Prevention Plan (APP) with specific sub-plans for confined space entry, critical lifts, fall protection, hazardous energy control, and excavations. The plan also requires Activity Hazard Analyses (AHAs) for all tasks, monthly exposure reports, and a Contractor Safety Self-Evaluation Checklist. Key elements include detailed procedures for hot work, radiation safety, emergency medical treatment, and mishap reporting. Compliance with USACE EM 385-1-1 and other federal, state, and local regulations is paramount, with strict enforcement of safety protocols and stringent reporting requirements for all incidents and near misses.
Amendment 0006_Revised 01 45 00.pdf
PDF72 KBMar 24, 2026
AI Summary
The document outlines the Quality Control (QC) program requirements for the P-919 Bulk Tank Farm Improvements, Phase 1 project at NAVSTA Rota, Spain. It details the establishment and maintenance of an effective QC system, including the Contractor Quality Control (CQC) Plan, QC organization (QC Manager, Alternate QC Manager, Assistant QC Manager, and QC Specialists), and the three phases of control (Preparatory, Initial, and Follow-Up). The program emphasizes rigorous testing procedures, completion inspections (Punch-Out, Pre-Final, and Final Acceptance), and comprehensive documentation and certification processes. Key requirements include specific qualifications for QC personnel, accredited testing laboratories, and strict adherence to safety and environmental regulations. The QC program is integral to the Commissioning Process and aims to ensure all project aspects comply with contract requirements, with a focus on identifying and correcting deficiencies promptly.
Amendment 0006_Revised 01 30 00.pdf
PDF23 KBMar 24, 2026
AI Summary
The document outlines administrative requirements for the P-919 Bulk Tank Farm Improvements, Phase 1 project at NAVSTA Rota, Spain. It details essential procedures, including submittal processes for location maps and progress pictures, minimum insurance requirements, and comprehensive supervision guidelines for project superintendents. Key aspects cover preconstruction meetings, Facility Turnover Planning (Red Zone Meetings) to ensure project closure, and the necessity of obtaining export licenses for overseas projects. The document also mandates a formal partnering session between the Contractor and Government within 35 calendar days of contract award, with the Contractor responsible for all associated costs. Finally, it specifies mobilization requirements, stating the Contractor must be on-site with equipment and personnel within 45 calendar days of contract award.
Amendment 0006_Revised Specifications P919.pdf
PDF339 KBMar 24, 2026
AI Summary
The document outlines the requirements for Cost-Loaded Network Analysis Schedules (NAS) for the P-919 Bulk Tank Farm Improvements, Phase 1 project at NAVSTA Rota, Spain. The NAS serves as a project management tool, tracking progress, evaluating time extensions, and forming the basis for progress payments. Key requirements include the submission of a Baseline NAS, weekly Three-Week Look Ahead Schedules, and monthly NAS updates, all prepared using Oracle Primavera P6 software. The document details activity properties, logic, milestones, and specific activity categories like pre-construction, procurement, government, construction quality management, construction, turnover, and closeout. It also specifies Work Breakdown Structure (WBS) and activity coding, addressing adverse weather and restricted delays. Cost loading activities and various software settings and restrictions are defined. Required tabular reports, native P6 XER files, and a narrative report are mandated. Additionally, the document covers contract modifications through Time Impact Analysis (TIA) and defines project float. The latter part of the document details demolition procedures, including definitions, plan requirements, items to remain in place, handling of materials, and disposal. It references various standards and regulations related to demolition and hazardous materials.
Amendment 0006_Revised Specifications F76 Pier 3.pdf
PDF269 KBMar 24, 2026
AI Summary
This government file details the "Replace Fuel Pipeline from Pier 3 to Bulk Storage" project at NAVSTA Rota, Spain. The project involves replacing an existing 24-inch fuel oil line with a new 20-inch transfer pipeline, approximately 9350 linear feet long. This upgrade aims to improve fuel flow and concurrent delivery capabilities at the piers. The scope includes installing cathodic protection, isolation valves, coating systems, and other appurtenances as per UFC 3-460-01. The document outlines general requirements, a comprehensive list of contract drawings covering civil, structural, mechanical, and electrical aspects, and demolition procedures. Key aspects of the demolition include utility disconnection, material salvage for reuse or recycling, and strict adherence to safety and environmental regulations, including proper disposal of materials and protection of existing structures and personnel. The project emphasizes maximizing the value from salvaged and recycled materials, coordinating with a Waste Management Plan, and requiring government approval for preconstruction and demolition plans.
Attachment M - F76 1_PIER3-FINAL-REV1_SUBMITTAL-PGS-1-34_SET_1-OF-6.pdf
PDF31145 KBMar 24, 2026
AI Summary
The document details various engineering drawings and plans under the NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ~ ATLANTIC, primarily featuring Catherine Weikel's involvement. The files, identified by codes like G-002, G-003, G-004, C-001, C-002, CD101-CD120, and C-101-C-116, represent different aspects of facility engineering, including site development (SD), sanitation (SAN), communications (COMM), facilities (FO), civil/electrical (C/E), excavation (X), right-of-way (R/W), and various environmental services (ES). The varying scales (e.g., 1:5000, 1:200, 1:500, 1:250) indicate a range of detailed to broader overview plans. The document also notes acceptance by the DLA (Defense Logistics Agency) via SAT-TO MEMO on July 26, 2024. This collection of documents likely forms part of a larger project or series of projects related to naval facility infrastructure, demonstrating a comprehensive approach to planning and execution within federal government operations.
Attachment M - F76 2_PIER3-FINAL_SUBMITTAL-PGS-35-70_SET_2-OF-6.pdf
PDF29660 KBMar 24, 2026
AI Summary
This government file outlines the project to replace a fuel pipeline from Pier 3 to bulk storage for the Naval Facilities Engineering System Command – Atlantic. It includes detailed site plans (C-117, C-118, C-119, C-120, C-401, C-402, C-403, C-404) with keyed notes covering various infrastructure elements such as fuel pipelines (500mm F-76, 600mm F-76, 500mm JP-8, 350mm JP-5), PCC sidewalks, asphalt pavement, fencing (chain link, vinyl), culverts, bus stops, and dumpster pads. General notes emphasize the use of reference drawings for soil borings and existing conditions, and that pavement restoration limits are approximate. The document also provides extensive civil details (C-501, C-502, C-503, C-504, C-505) including specifications for silt fences, rock check dams, stabilized construction entrances, pedestrian sidewalks, concrete wheel stops, raised curbs, asphalt pavement sections, fuel pipe trench details, sign post foundations, headwall details, and various fencing components with associated construction specifications and dimensions. The details cover concrete mixes, rebar placement, and specific measurements for fences and gates.
Attachment M - F76 3_PIER3-FINAL_SUBMITTAL-PGS-62-99_SET_3-OF-6.pdf
PDF28791 KBMar 24, 2026
AI Summary
The document outlines a comprehensive project by the Naval Facilities Engineering System Command – Atlantic to replace and demolish fuel pipelines from Pier 3 to bulk storage, as indicated by various demolition and site plans (MD104-MD111, MD119-MD120, MD401-MD404, MD410-MD411, M-101-M-111). The project involves removing existing 450mm, 600mm, 400mm, 500mm, and 200mm F-76 fuel pipelines and fittings, along with some 450mm JP-5 pipelines. Key aspects include replacing removed lines with new 500mm F-76 pipelines, abandoning certain pipelines in place with sealed end plates, and protecting or reinstalling pipe support foundations. The plans detail specific demolition requirements, pipeline profiles, and connections to existing metering stations. General notes emphasize the contractor's responsibility for locating and protecting existing utilities, repairing any damage, and adhering to demolition requirements outlined in Section 02 41 00. The project also involves installing pipeline expansion loops, high-point vents, low-point drains, and bonding the new F-76 pipeline to an existing ground ring.
Attachment M - F76 4_PIER3-FINAL_SUBMITTAL-PGS-100-129_SET_4-OF-6.pdf
PDF30359 KBMar 24, 2026
AI Summary
The Naval Facilities Engineering System Command Atlantic is undertaking a project to replace the fuel pipeline from Pier 3 to bulk storage, managed by Timothy A. Schmitt. The project focuses on upgrading and replacing various fuel lines, including 500mm F-76 and JP-8 pipelines, and associated infrastructure. Key tasks involve providing specific pipe diameters with required clearances, enlarging penetrations for new installations, repairing damaged concrete, and installing specialized equipment such as high-point vents, DB&B plug valves with thermal relief, and pig launchers designed for intelligent pigs. The document details pipe support types (free, guided, and anchored), thermal relief valve installations, pressure gauges, and quick-coupling connections. It also specifies requirements for product flow symbols, pipe penetration, and various pipe and appurtenance data for the Pier 3 (500mm) lines, including lengths, elevations, and slopes. This project aims to modernize the fuel transfer system, ensuring compliance with UFC 3-460-01 and ACI 562-16 standards.
Attachment M - F76 5_PIER3-FINAL_SUBMITTAL-PGS-130-149_SET_5-OF-6.pdf
PDF17818 KBMar 24, 2026
AI Summary
The document details a project by the Naval Facilities Engineering System Command Atlantic to replace a fuel pipeline from Pier 3 to bulk storage, focusing on the cathodic protection and electrical grounding plans. The project includes extensive pipeline infrastructure for various fuel types (F-76, JP-8, JP-5) and ballast lines. Key aspects involve the installation and reinstallation of cathodic protection test stations, insulated flange kits, and grounding for a new fence. The plans specify the location of numerous test stations, bonding boxes, and an existing rectifier, emphasizing adherence to detailed engineering drawings and general notes regarding anode connections. Stanley Worcester, a registered professional engineer, prepared the plans, which also highlight the requirement for a 450mm JP-5 line to be installed under a separate contract.
Attachment M - F76 6_PIER3_REFERENCE-DRAWINGS_SET_6-OF-6.pdf
PDF23134 KBMar 24, 2026
AI Summary
The document, titled "ELECTRICAL REFERENCE DRAWINGS," serves as a compilation of electrical reference drawings pertinent to various locations within Pier 3. These locations include PIT VP-1, BPH-VP-3 & 3.5, and the Rio Solado River Crossing East Side. The consistent repetition of these location names across the document emphasizes the specific areas for which electrical schematics and diagrams are provided. This document likely functions as a critical resource for federal government RFPs, federal grants, or state and local RFPs, specifically for projects involving electrical infrastructure development, maintenance, or upgrades at Pier 3. Its purpose is to offer essential reference material for contractors, engineers, and project managers to ensure accurate planning, execution, and compliance with electrical standards in these designated areas.
N6247026R0006 Amendment 0005.pdf
PDF164 KBMar 24, 2026
AI Summary
This government file outlines an amendment to a solicitation or contract, focusing on administrative changes and updated requirements. It details revisions to various sections, including contact information, administrative changes, and specific requirements for proposal submission. Key updates involve changes to the solicitation number, modification of the contact information, and adjustments to the administrative changes section. The document also specifies attachments related to proposal submission, pre-proposal inquiries, and additional solicitation requirements. It sets deadlines for proposal submission and response dates for inquiries. The amendment underscores the administrative process for modifying federal government RFPs, federal grants, and state/local RFPs, ensuring all parties are aware of updated terms and deadlines.
P-919 - Amendment 0005.pdf
PDF250 KBMar 24, 2026
AI Summary
Amendment 0005 to RFP N6247026R0006 extends the proposal due date to March 26, 2026, and provides comprehensive responses to 130 Pre-Proposal Inquiries (PPIs) covering various technical and administrative aspects of the project. Key revisions include extending the relevant project experience timeframe to 15 years for Factor 1 – Construction Experience. The amendment also adds Attachment P (Photos) and revises Attachment G (Certificates of Classification). PPI responses clarify scope, material requirements, hazardous material handling, pipeline specifications, environmental compliance, and cost assignments for specific tasks within the project’s CLINs. Notably, the bond requirement remains at 50% despite an inquiry regarding its consistency with Spanish law.
Attachment G - Certificate of Classification Revised.pdf
PDF265 KBMar 24, 2026
AI Summary
Attachment G to Solicitation N6247026R0006 outlines the certification requirements for offerors and their subcontractors regarding registration and classification under Spanish law. Companies based in Spain or non-EU nations (e.g., U.S., U.K.) must register with the Official Register of Bidders and Contractors of the Spanish Ministry of Finance and possess specific project classifications prior to proposal submission. Non-Spanish EU companies can self-certify their capacity to work through their parent country's Mercantile/Industrial Official Registry. The document lists applicable classifications by Group, Sub-Group, and Category. Offerors must certify their compliance by checking the appropriate box and providing authorized signatures, dates, printed names, entity information, and the signer's office/position.
Attachment P - Photos.pdf
PDF1184 KBMar 24, 2026
AI Summary
No AI summary available for this file.
N6247026R0006 Amendment 0002.pdf
PDF146 KBMar 24, 2026
AI Summary
This government file details an amendment to a contract or solicitation, likely a federal acquisition, focusing on modifications to contact information and administrative changes. The document outlines revisions to specific items within the original agreement, indicating updates to names, titles, and contact details for both the signatory and the contracting office. It also includes sections for identifying information such as the amendment number, effective date, requisition numbers, and project codes. The form requires signatures from authorized personnel to validate these changes. This amendment ensures that administrative and contact information within the contract is current and accurate, which is essential for proper communication and execution of the agreement.
P919 Amendment 0002.pdf
PDF236 KBMar 24, 2026
AI Summary
Amendment 0002 for Solicitation N6247026R0006 addresses pre-proposal inquiries, revises the solicitation, and extends the proposal submission deadline to January 30, 2026. Key updates include clarification on accessing the solicitation via PIEE, confirmation of the extended proposal due date due to holiday constraints, and a response regarding CLIN item descriptions, directing offerors to Amendment 0001 for revisions. The amendment also clarifies the "relevant project" definition for construction value, stating that projects must have a minimum total value of $10 million USD at completion to be considered relevant, applying to both prime and subcontractor experience. Additionally, it confirms a 50% performance guarantee is intentional for this solicitation, despite historical 10% requirements for similar projects. Finally, a new Attachment O (Site Visit Log) is added to the solicitation documents.
Site Visit Log (Attachment O).pdf
PDF275 KBMar 24, 2026
AI Summary
The provided government file contains highly abstract and fragmented content, primarily consisting of non-standard characters, symbols, and what appears to be unformatted or corrupted text. Due to the lack of coherent language or discernible structure, it is impossible to identify a main topic, key ideas, or supporting details. The document's purpose, within the context of government RFPs, federal grants, or state/local RFPs, cannot be determined from the given text. Therefore, a meaningful summary is not feasible.
Attachment_F_P919__Volume_4_of_15.pdf
PDF4679 KBMar 24, 2026
AI Summary
The document outlines the P-919 Bulk Tank Farm Improvements, Phase 1 project for the Naval Facilities Engineering System Command ~ Atlantic at Naval Station Rota, Spain. It includes detailed architectural drawings for an injector building, covering floor plans, roof plans, reflected ceiling plans, building elevations, and sections. Key aspects include reinforced concrete construction, fluid-applied elastomeric roofing, and specific details for elements like handrails, doors, windows, and louvers. The plans also address mechanical, electrical, and plumbing coordination, safety features such as fire-rated walls and emergency eyewash stations, and compliance with building grids and dimensioning standards. The document is approved by William Bahrandt Forbes of the U.S. Government.
Attachment_F_P919__Volume_5_of_15.pdf
PDF748 KBMar 24, 2026
AI Summary
This document outlines the requirements for installing a new addressable fire alarm system in the Injector Building, ensuring compliance with UFC 1-200-01 DOD Building Code (2020), UFC 3-600-01 Fire Protection Engineering for Facilities (2021), NFPA 70 National Electrical Code (2020), and NFPA 72 National Fire Alarm and Signaling Code (2019). The system must be compatible with the existing basewide reporting system. Key requirements include UL-listed devices, Class B signaling circuits, specific painting and labeling for junction boxes and conduits, THHN stranded or solid copper wiring in EMT conduit, double-action manual pull stations, and proper mounting heights for alarm appliances. The system needs a 25% spare capacity for power supplies and circuits, and a secondary power supply via sealed lead-acid battery for 48 hours standby and 15 minutes alarm operation. The contractor is responsible for determining the number of devices and remote power supplies, and providing additional components for a fully functional system. An antenna must be mounted on the north side of the facility control room, clearing the roof by three feet.
Attachment_F_P919__Volume_6_of_15.pdf
PDF7856 KBMar 24, 2026
AI Summary
The document outlines the P-919 Bulk Tank Farm Improvements, Phase 1 project for the Naval Facilities Engineering System Command – Atlantic. It details various mechanical and piping plans for the fuel system, including a cut-and-cover fuel system flow schematic, mechanical site plan, fuel line profiles (M-201T, M-202T), and specific piping plans for the pump vault (M-401T), additive injector building (M-402T), tie-in vault (M-403T), and off-loading (M-404T). The project also includes plans for a 15,000-liter aboveground storage tank (M-405T) and an underground drain tank (M-501T), along with details for leak detection vaults (M-502T) and various pipe penetration and support details (M-503T, M-504T). Additionally, the document contains piping and instrument diagrams for storage tanks (M-601T) and the additive system (M-602T), as well as HVAC plans for the pump vaults (MH401T) and injector building (MH402T), and leak detection well sections (MH501T) and control schematics (MH502T). All documents are digitally approved by William Bahrandt Forbes on January 23, 2025.
Attachment_F_P919__Volume_9_of_15.pdf
PDF29835 KBMar 24, 2026
AI Summary
The document outlines site plans and keyed notes for the Naval Facilities Engineering System Command’s P-919 Bulk Tank Farm Improvements, Phase 1 project. It details the installation and restoration of various site elements including 450mm JP-5 pipelines, asphalt pavements, concrete culverts, sidewalks, and different types of chain-link fences with barbed wire or tension wires. Key aspects include maintaining pedestrian and vehicle access to Buildings 134 and 1741, restoring pavements to existing elevations, and referencing "M" sheets for fuel piping alignment. The plans also cover specific installations such as a pig launching station, bollards, wheel stops, bus stop paving and shelters, and pavement markings (solid white, dashed white, yellow no parking, white bicycle symbols, and green bicycle lane paint). Additionally, the document includes construction specifications for silt fences and stone size for access roads, emphasizing environmental protection and material standards. This project focuses on infrastructure upgrades and site improvements, ensuring operational efficiency and safety within the facility.
Attachment_F_P919__Volume_10_of_15.pdf
PDF30298 KBMar 24, 2026
AI Summary
The document outlines improvements for the Naval Facilities Engineering System Command's P-919 Bulk Tank Farm, Phase 1. It details structural modifications for loading and valve access platforms, including relocating existing components, adding galvanized steel piping, UPN 200 sections, guardrails, kickplates, safety chains, and welded grating. All steel components are to be hot-dipped galvanized, and welds must be cleaned and coated with cold galvanizing compound. The project also addresses the installation of new pipelines via Horizontal Directional Drilling (HDD) under the Arroyo del Salado River, involving 18" JP5, 20" F76, 14" JP5, 10" JP8, and additional 20" JP8 and F76 lines. Funding is segmented across MILCON and SRM sources. Demolition plans include removing existing 250mm JP-5 and 300mm inactive MOGAS pipelines on Pier 3. The file also includes specifications for concrete pads for pig launching equipment and flow meters, detailing contraction joints, ball drain valves, and material requirements.
Attachment_F_P919__Volume_11_of_15.pdf
PDF24886 KBMar 24, 2026
AI Summary
The document details the P-919 Bulk Tank Farm Improvements, Phase 1 project by the Naval Facilities Engineering System Command – Atlantic. It outlines the installation and modification of fuel pipelines, specifically 450mm JP-5 and 500mm F-76 lines, across various stations and alignments. Key aspects include the abandonment of a 500mm F-76 pipeline, providing high-point vents and low-point drains, and the requirement for piggable fuel piping with 3-diameter bend radius elbows for certain sections. The project also addresses existing utilities, emphasizing the contractor's responsibility to locate and protect them, and to repair any damage at no cost to the government. Additionally, the project includes provisions for factory-coated carbon steel pipes for horizontal directional drilling (HDD) sections.
Attachment_F_P919__Volume_12_of_15.pdf
PDF27733 KBMar 24, 2026
AI Summary
The document provides detailed appurtenance, pipe, and alignment data for the JP-5 (450mm) and HDD_JP-8 fuel systems as part of the P-919 Bulk Tank Farm Improvements, Phase 1 project by the NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ~ ATLANTIC. It lists structural numbers, descriptions, stations, and invert elevations for various bends, connections, high point vents, and low point drains. The pipe tables specify pipe numbers, types (e.g., 450mm Carbon Steel, 500mm Carbon Steel, 600mm Carbon Steel), lengths, start/end invert elevations, and slopes. The alignment data includes lengths, start/end stations, and Northing/Easting coordinates for different segments of the JP-5 Line 3 and JP-8 systems. The document is approved by William Bahrandt Forbes and Timothy A. Schmitt, emphasizing the technical specifications and infrastructure details for the bulk tank farm improvements.
Attachment_F_P919__Volume_13_of_15.pdf
PDF26639 KBMar 24, 2026
AI Summary
The document outlines the "P-919 Bulk Tank Farm Improvements, Phase 1" project by the NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ~ ATLANTIC. This project focuses on electrical infrastructure upgrades for fuel storage and distribution systems, including JP-5, JP-8, and F-76 fuels. Key aspects involve relocating existing electrical components, installing new conduits (18mm SCH-80 PVC and galvanized steel), breakers (20A and 100A), and junction boxes to power motor-operated valves and turbine flowmeters. The plans detail electrical site layouts, one-line diagrams for control panels (VP1, RS03, RS05), and typical underground conduit and duct bank penetrations. All electrical equipment within valve pits, considered hazardous areas, must be UL listed for area classifications, and conduits require explosion-proof sealing fittings per NEC 502.15. The project also specifies grounding requirements for valve bodies. The overall objective is to modernize the bulk tank farm's electrical systems, ensuring safety and operational efficiency.
Attachment_F_P919__Volume_14_of_15.pdf
PDF18497 KBMar 24, 2026
AI Summary
The document details the "P-919 Bulk Tank Farm Improvements, Phase 1" project by the Naval Facilities Engineering System Command Atlantic, focusing on cathodic protection plans for various fuel pipelines (JP-5, JP-8, F-76) and associated infrastructure. The project involves installing and maintaining cathodic protection systems, including test stations, ground rods, bonding cables, anode deepwells, and rectifiers, to prevent corrosion in the pipelines. Key specifications include test stations spaced every 300 meters, copper ground rods every 90 meters, and specific cable and conduit requirements. The plans cover different sections of the pipeline network, including those on Pier 3, near the Rio Salado, and extending through HDD (Horizontal Directional Drilling) piping sections. The project emphasizes adherence to UFC 3-460-01-2019 standards and includes detailed diagrams for typical above-ground and flush-mounted field test station installations, as well as insulated flange assemblies. The overall purpose is to enhance the longevity and safety of the bulk fuel storage and transfer systems.
Attachment_F_P919_REFERENCE_Volume_15_of_15.pdf
PDF31118 KBMar 24, 2026
AI Summary
The document consists of multiple identical digital signatures by "FORBES.WILLIAM.BAHRANDT.1049879608" from the U.S. Government (DoD, PKI, USN) on January 23, 2025. Each signature explicitly states the reason for signing as "I am approving this document." This repeated digital approval by the same individual indicates a comprehensive authorization or endorsement of the file's contents, likely signifying its official acceptance within a government context. The consistent nature of the signatures suggests a formal and systematic approval process. The purpose of these numerous, identical digital approvals is to ensure the document's authenticity and integrity, reinforcing its official status within federal government operations.
Attachment G - Certificates of Classifications.pdf
PDF260 KBMar 24, 2026
AI Summary
This document, "OFFEROR CERTIFICATION REGARDING REGISTRATION AND CLASSIFICATION REQUIREMENTS (ATTACHMENT G)", is a crucial component of government RFPs. It mandates that all contracting companies and their subcontractors register with the Spanish Ministry of Finance's Register of Bidders Contractors ("Registro Oficial de Licitadores y Empresa clasificadas del Sector Publico"). Furthermore, they must possess the specific classifications applicable to the project, detailed by group, sub-group, and category. The Offeror certifies, through signature, that they and their subcontractors are appropriately registered and hold the required classifications. This certification ensures that all entities involved in a government contract meet the necessary legal and technical qualifications, promoting transparency and accountability in public procurement.
Attachment J - Employee Certification Form.pdf
PDF9 KBMar 24, 2026
AI Summary
The Employee Certification document serves as a formal declaration for companies to certify that their employees are covered by civil liability insurance, specifically for individuals traveling to Spain for contractual work, site surveys, or other specified purposes. The document requires the insertion of the company's name, insurance policy number, insurance company name, and the relevant contract number. It also mandates a list of employees, including their names, nationalities, and passport numbers. The certification must be signed with a corporate signature and title, affirming that the listed employees are indeed part of the company and covered under the stated insurance policy. This document is crucial for ensuring legal compliance and liability coverage for employees working internationally on government-related projects or surveys.
Attachment K - Temporary Pass Form.xlsx
Excel16 KBMar 24, 2026
AI Summary
The
Attachment L - Certificate Insurance Form.pdf
PDF77 KBMar 24, 2026
AI Summary
This document is a Certificate of Insurance for civil liability coverage required under the Agreement between the Kingdom of Spain and the United States of America on Cooperation for Defense. It certifies that a contractor has an active policy covering damages to persons or property resulting from employee actions or omissions during official duties in Spain due to contracts with U.S. Forces. The policy provides indemnity limits of 601,012.10 Euros for casualty, with sub-limits of 90,151.82 Euros for personal liability, 60,101.21 Euros for property damage, and 6,010.12 Euros for judiciary bond. The coverage is effective for a specified period, without deductibles or arbitration clauses. Key clauses include the insurance company waiving subrogation rights against the U.S. and both parties agreeing to Spanish jurisdiction and laws for policy-related matters.
Attachment B - Bid Schedule Revised.pdf
PDF139 KBMar 24, 2026
AI Summary
This document is a price schedule for Project P919 - Phase 1 Bulk Tank Farm Improvements, outlining base prices and optional items. The base price includes work for Tank-100, Tank-200, Tie-In Vault Tank Pad, Additive Injection Building, Decommissioning and Demolition, Cargo Transfer Pipeline (JP-5), Horizontal Directional Drilling (JP-5), and Supporting Site Work. Optional items cover Excess Contaminated Soil, Excess Backfill for Contaminated Soil, and the F76 Fuel Line from Pier 3 to Bulk Storage Fuel Farm, which includes its own Horizontal Directional Drilling components. The schedule details quantities, units, unit prices, and sub-totals for each line item, providing a comprehensive breakdown of costs for the entire project and its potential additions, all to be completed in accordance with specified drawings and specifications.
Attachment M - F74 1_PIER3-FINAL-REV1_SUBMITTAL-PGS-1-34_SET_1-OF-6.pdf
PDF31145 KBMar 24, 2026
AI Summary
The document details various plans and specifications for the NAVAL FACILITIES ENGINEERING SYSTEM COMMAND ~ ATLANTIC, primarily featuring drawing numbers and scales related to different sections such as G-002, G-003, G-004, C-001, C-002, and numerous CD and C series drawings (CD101-CD120, C-101-C-116). The consistency in associating
Attachment M - F74 2_PIER3-FINAL_SUBMITTAL-PGS-35-70_SET_2-OF-6.pdf
PDF29660 KBMar 24, 2026
AI Summary
The Naval Facilities Engineering System Command Atlantic is undertaking a project to replace the fuel pipeline from Pier 3 to bulk storage, as detailed across several site plans (C-117, C-118, C-119, C-120, C-401, C-402, C-403, C-404). The project involves extensive civil works, including the installation of 500mm F-76 fuel pipelines and various infrastructure elements like PCC sidewalks, asphalt pavement, and different types of fencing (chain link, vinyl). General notes across all plans emphasize the use of reference drawings for soil borings, existing conditions, and fuel piping alignment. Pavement restoration limits are approximate and subject to contractor methods. The plans also detail specific construction elements such as concrete culverts, bus stops, dumpster pads, and pavement markings. Detailed civil specifications cover silt fences, sediment filter socks, rock check dams, stabilized construction entrances, and typical trench details for fuel pipes, including reinforcement and bedding material. The project also specifies details for various types of fences and gates, including barbed wire configurations and grounding plans.
Attachment M - F74 3_PIER3-FINAL_SUBMITTAL-PGS-62-99_SET_3-OF-6.pdf
PDF28791 KBMar 24, 2026
AI Summary
The government file details the "Replace Fuel Pipeline from Pier 3 to Bulk Storage" project for the Naval Facilities Engineering System Command – Atlantic. This project involves the demolition and replacement of existing fuel pipelines, primarily focusing on the F-76 fuel line, and the installation of new 500mm F-76 pipelines. The scope includes removing various diameter F-76, JP-8, JP-5 cargo, and ballast pipelines, supports, fittings, and valves from Pier 3 to bulk storage, including buried sections. Some existing pipelines, like the 450mm F-76 and 600mm F-76, will be abandoned in place with sealed end plates. New infrastructure will include loading arm connections, double block and bleed plug valves, and pipe support foundations. The project also addresses the installation of a 450mm JP-5 line by others under a separate contract and emphasizes the contractor's responsibility for locating and protecting existing utilities. Electrical bonding of the new aboveground F-76 pipeline at specified intervals is also required.
Attachment M - F74 4_PIER3-FINAL_SUBMITTAL-PGS-100-129_SET_4-OF-6.pdf
PDF30359 KBMar 24, 2026
AI Summary
The Naval Facilities Engineering Systems Command Atlantic is seeking to replace a fuel pipeline from Pier 3 to bulk storage, as detailed in this government file. The project involves installing 500mm F-76 and JP-8 fuel pipelines, along with 300mm JP-5 cargo lines, adhering to UFC 3-460-01 standards. The scope includes enlarging penetrations, repairing damaged concrete, and installing various components like double block and bleed plug valves, thermal relief valves, and pig launchers designed for intelligent pigging tools. The document also specifies details for pipe supports, including free, guided, and anchored types, and outlines requirements for low-point drains and high-point vents. Additionally, it provides extensive pipe and appurtenance data, including lengths, elevations, slopes, and horizontal bends for carbon steel pipes ranging from 200mm to 500mm. The project requires coordination with Rota Public Works for JP-5 line installations, indicating a multi-contract effort to modernize the fuel transfer infrastructure.
Attachment M - F74 5_PIER3-FINAL_SUBMITTAL-PGS-130-149_SET_5-OF-6.pdf
PDF17818 KBMar 24, 2026
AI Summary
The document outlines the "REPLACE FUEL PIPELINE FROM PIER 3 TO BULK STORAGE" project for the Naval Facilities Engineering System Command Atlantic. This initiative involves the design and implementation of cathodic protection and electrical grounding systems for new and existing fuel pipelines, specifically F-76, JP-8, and JP-5 lines, connecting Pier 3 to bulk storage and a tank farm. The plans detail the placement of cathodic protection test stations, insulated flange kits, and grounding for new fences. Key aspects include typical above-ground and flush-mounted field test station installations, reference electrode installations, and exothermic connections to pipes. The project also addresses the grounding of new fencing, tying into existing fences, and specifies the use of solid copper wire for fence grounding. Professional Engineer Stanley C. Worcester is responsible for the Colorado-registered engineering plans.
N6247026R0006.pdf
PDF227 KBMar 24, 2026
AI Summary
This document is a solicitation for the "P919 Bulk Tank Fuel Farm Improvements and Pipeline Phase 1, Naval Station Rota, Spain" project, issued by NAVFACSYSCOM ATLANTIC. It is an unrestricted Design Bid-Build procurement with a firm-fixed-price contract valued between $25,000,000 and $100,000,000. The project involves constructing two 50,000-barrel cut-and-cover tanks, associated pumping equipment, and an 18-inch fuel pipeline. Proposals are due by January 14, 2026, at 2:00 PM local time (Norfolk, VA). A mandatory 909-calendar-day performance period begins after the notice to proceed. Evaluation criteria include Construction Experience, Safety (Acceptable/Unacceptable), Technical Solution, and Past Performance, with non-price factors combined being significantly more important than price. A 50% performance guarantee or 100% performance and payment bonds are required within ten days of award. Offerors must be registered in SAM and provide specific financial and experience documentation, including a notarized Joint Venture agreement if applicable. A site visit is scheduled for December 16, 2025, in Rota, Spain, with specific attendance requirements for Spanish and non-Spanish citizens.
Attachment B - Price Schedule.pdf
PDF253 KBMar 24, 2026
AI Summary
SCHEDULE B: PRICE SCHEDULE details the cost breakdown for Project P919 – Phase 1 Bulk Tank Farm Improvements. The project includes a base price covering the entire work, encompassing specific line items like Tank-100, Tank-200, Tie-In Vault Tank Pad, Additive Injection Building, Decommissioning and Demolition, Cargo Transfer Pipeline (JP-5), Horizontal Directional Drilling (JP-5), and Supporting Site Work. Additionally, the schedule outlines two options: Option 01 for the removal and disposal of excess contaminated soil (15,000 cubic meters) and Option 02 for the provision and compaction of excess backfill (3,800 cubic meters) in place of removed contaminated soil. The document requires unit prices, sub-totals, and total prices for each item and options, culminating in an overall total price for all Contract Line Items (CLINs), ensuring comprehensive pricing for the project in accordance with drawings and specifications.
Attachment C - Past Performance Questionnaire (PPQ).pdf
PDF378 KBMar 24, 2026
AI Summary
The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a critical document used in federal government contracting to evaluate a contractor's past performance. This form, completed by both the contractor and the client, gathers detailed information on contract specifics such as type, value, and project description, including its relevance to future submissions. The core of the questionnaire involves the client rating the contractor across several key areas: quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. Performance is assessed using a five-tier adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) with detailed definitions to ensure consistent evaluation. The client is also asked if they would rehire the firm and to provide an overall rating and narrative feedback on strengths and weaknesses. The completed questionnaire is submitted by the offeror to NAVFAC with their proposal, serving as a vital tool for assessing performance risk in federal solicitations.
Attachment D - Construction Experience Project Data Sheet.pdf
PDF39 KBMar 24, 2026
AI Summary
Attachment D, titled "Construction Experience Project Data Sheet," serves as a standardized form for offerors, joint ventures, or other entities to detail their construction experience. This document is crucial for government RFPs, federal grants, and state/local RFPs, allowing entities to showcase their qualifications. It requires comprehensive information, including the firm's name, address, and contact details, and specifies whether the work was performed as a prime contractor, subcontractor, or joint venture, along with the percentage of work completed. Key project details such as contract numbers, award and completion dates, project location, and award and final amounts are mandatory. The form also asks for the type of work (new construction, renovation, repair, alteration), contract type (Firm-Fixed Price, Cost/Time and Material, Design-Build, Design-Bid-Build, Delivery/Task Order), and customer/owner information. Additionally, it mandates a detailed description of the project's relevancy to the RFP requirements, including unique features, construction methods, sustainable features, and LEED certifications. A separate section requires a detailed description of the work self-performed by the firm. This attachment ensures a thorough and consistent evaluation of past construction experience for potential government contracts.
Attachment E_P919_Specifications.pdf
PDF16627 KBMar 24, 2026
AI Summary
This government file details Work Order No. 1671552 for the P-919 Bulk Tank Farm Improvements, Phase 1, at Naval Station Rota, Spain. The project, under NAVFAC Contract No. N62470-19-D-5014, involves extensive architectural, mechanical, civil, electrical, and structural upgrades to the tank farm and associated facilities. The document includes a comprehensive table of contents outlining various divisions of work, from procurement and contracting requirements to specific improvements in concrete, metals, thermal protection, HVAC, electrical, communications, earthwork, exterior improvements, utilities, and process interconnections. A declaration confirms compliance with all applicable Spanish and European codes and laws. Supplementary conditions for projects in the Mediterranean area are also included, emphasizing strict adherence to English language for correspondence, most stringent industry standards (U.S., European, or Spanish), and prohibitions on specific hazardous materials. Security requirements, including base access and photography restrictions, are also detailed.
ATTACHMENT A - Pre-Proposal Inquiry Form.xlsx
Excel13 KBMar 24, 2026
AI Summary
This document, "SOLICITATION NO. N62470-26-R-0006," is a Government Pre-Award Inquiry Form from July 2011, concerning the P919 Phase I, Bulk Fuel Tank Farm Improvements project at Naval Station Rota, Spain. Classified as "SOURCE SELECTION INFORMATION," it outlines a structured process for handling questions and responses related to the solicitation. The form includes fields for tracking inquiries, such as reference page, section, paragraph, question number, date received, government responder details, offeror information, and amendment number. This document serves as a critical tool for transparent communication and information exchange between the government and prospective contractors during the pre-award phase of a federal government RFP.
Attachment H - Representations and Certifications.pdf
PDF453 KBMar 24, 2026
AI Summary
This government file outlines mandatory representations and certifications for offerors submitting bids for federal contracts. Key requirements include registration with the System for Award Management (SAM) and obtaining a Unique Entity Identifier (UEI) and a Commercial and Government Entity (CAGE) code. Offerors must certify compliance with various federal regulations, including those concerning telecommunications equipment from prohibited sources, supply chain security, and prohibitions on contracting with inverted domestic corporations or entities with delinquent federal taxes or felony convictions. Additional certifications address responsibility matters, trafficking in persons, and tax on certain foreign procurements. Department of Defense (DoD) specific provisions cover compensation of former DoD officials and safeguarding covered defense information. Offerors must ensure all representations are current, accurate, and complete, either through SAM or by providing updates in their offer.
Attachment I - Work Pass Format.pdf
PDF171 KBMar 24, 2026
AI Summary
The document is a request form for a work pass at the U.S. Naval Station, Rota, Spain, intended for various personnel like contractor employees, shipping agents, domestic servants, technical experts, and business visitors. This specific request is for an "INITIAL ISSUE" business visit, focusing on a one-day site visit for the P919 Phase I Bulk Fuel Tank Farm & Pipeline project. The request outlines necessary information such as the duration of the pass, job to be performed, job location, company/employer's name, and sponsor's details. It also lists required attachments, including work contracts, social security documents, Spanish ID/passport photocopies, and, for some categories, medical certificates. The form highlights the involvement of Spanish and U.S. Naval Security Officers and references Spanish Navy Norma General 02/93 for base access procedures. This process is crucial for ensuring secure and authorized access to the naval base for external personnel conducting work or visits related to government projects.
N6247026R0006 Amendment 0004.pdf
PDF162 KBMar 24, 2026
AI Summary
The document details an amendment to a solicitation, specifically extending the deadline for proposal submissions. Initially, proposals were due on February 23, 2023. This amendment revises the submission deadline to March 1, 2023, by 1:00 PM CST (local time, St. Louis). The document also emphasizes that all questions related to the solicitation will not be publicly posted. This amendment ensures that potential offerors have additional time to prepare and submit their proposals, clarifying the revised timeline for the solicitation process. The solicitation is identified by number 36C78623R0002.
Attachment M - F74 6_PIER3_REFERENCE-DRAWINGS_SET_6-OF-6.pdf
PDF23134 KBMar 24, 2026
AI Summary
The document lists
Attachment N - Specifications -Replace Fuel Pipeline Pier 3 Rota.pdf
PDF10527 KBMar 24, 2026
AI Summary
This government file details Work Order No. 1606884 for the "Replace Fuel Pipeline from Pier 3 to Bulk Storage (Final)" project at NAVSTA Rota, Spain. The project involves replacing an existing 24-inch fuel oil line with a new 20-inch transfer pipeline (approximately 13,800 LF) from Pier 3 to bulk storage (ML-2), including associated risers, auxiliary pipelines, and connections to existing fuel lines. Key components include impressed current cathodic protection, isolation valves, coating systems for aboveground and underground piping, and various appurtenances required by UFC 3-460-01. The document outlines procurement, contracting, general requirements, and detailed specifications across multiple divisions (e.g., Demolition, Concrete, Metals, Electrical, Earthwork, Utilities). Supplementary conditions for projects in the Mediterranean area are also included, covering aspects like submittals, cooperation with other contractors, public information release, language requirements, industry standards, prohibited items, and security measures. The project aims to enhance fuel transfer capabilities and modernize infrastructure while adhering to stringent safety, environmental, and contractual guidelines.
N6247026R0006 Amendment 0003.pdf
PDF428 KBMar 24, 2026
AI Summary
Amendment 0003 to Solicitation N6247026R0006 extends the proposal submission deadline. Issued by NAVFACSYSCCOM ATLANTIC, this amendment, effective January 29, 2026, revises the due date for proposals from January 14, 2025, to February 13, 2026, at 2:00 PM Norfolk, VA local time. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 4, 2025
amendedAmendment #1· Description UpdatedDec 1, 2025
amendedAmendment #2· Description UpdatedJan 6, 2026
amendedAmendment #3· Description UpdatedFeb 11, 2026
amendedAmendment #4· Description UpdatedFeb 25, 2026
amendedAmendment #5Mar 2, 2026
amendedAmendment #6Mar 3, 2026
amendedLatest AmendmentMar 24, 2026
deadlineResponse DeadlineApr 10, 2026
expiryArchive DateDec 31, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVFACSYSCOM ATLANTIC

Point of Contact

Name
Kathleen Delashmitt

Place of Performance

Rota, Cádiz, SPAIN

Official Sources