P919 Bulk Tank Farm Improvements, Phase 1 Naval Station Rota, Spain
ID: N6247026R0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Oil and Gas Pipeline and Related Structures Construction (237120)

PSC

CONSTRUCTION OF FUEL SUPPLY FACILITIES (Y1NA)
Timeline
    Description

    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the P919 Bulk Tank Farm Improvements, Phase 1 project at Naval Station Rota, Spain. This procurement involves the construction of two 50,000-barrel cut-and-cover tanks, associated pumping equipment, and an 18-inch fuel pipeline, with a contract value estimated between $25 million and $100 million. The improvements are critical for enhancing fuel supply capabilities and ensuring compliance with stringent safety and operational standards. Proposals are due by January 14, 2026, with a mandatory site visit scheduled for December 16, 2025; interested contractors should contact Liz Roberts at elizabeth.l.roberts31.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    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.
    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.
    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.
    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, 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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Similar Opportunities
    P919 Bulk Tank Farm Improvements, Phase 1 Naval Station Rota, Spain
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposals (RFP) for the P919 Bulk Tank Farm Improvements, Phase 1 at Naval Station Rota, Spain. This project entails a Design-Bid-Build, Firm Fixed Price contract for the construction of two new 50,000-barrel bulk storage tanks, an 18-inch JP-5 cargo fuel pipeline, and associated civil, electrical, and site work, with an estimated value between $25,000,000 and $100,000,000. The improvements are critical for enhancing fuel supply facilities, ensuring operational readiness, and maintaining safety standards. Interested contractors must be registered in SAM and, for contracts exceeding 500,000 euros, with the Spanish Ministry of Finance's Register of Bidders Contractors. The RFP is expected to be released around September 18, 2025, with a performance period of approximately 909 days, and inquiries can be directed to Liz Roberts at elizabeth.l.roberts31.civ@us.navy.mil.
    P1012 Munitions Storage Area Expansion in Moron, Spain
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic, is seeking contractors for the P1012 Munitions Storage Area Expansion project at Moron Air Base in Spain. This procurement involves a Design-Bid-Build, Firm Fixed Price contract to construct fifteen Earth Covered Magazines totaling 3,148 square meters (33,800 square feet) along with supporting facilities such as security fencing and utility improvements, in support of the European Deterrence Initiative. The estimated construction cost ranges between $25 million and $100 million, with a performance period of approximately 1,057 days, and the solicitation (N62470-26-R-0003) is expected to be available on sam.gov around December 11, 2025. Interested contractors must be registered in SAM and, for contracts exceeding 500,000 euros, must also register with the Spanish Ministry of Finance at specific classification levels; inquiries can be directed to Kimberly Hall at kimberly.a.hall124.civ@us.navy.mil.
    FUEL STORAGE TANK
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting offers for the procurement of a fuel storage tank, as outlined in Solicitation Number N4215826QE006. This opportunity is aimed at manufacturers within the Metal Tank (Heavy Gauge) Manufacturing industry, specifically for the provision of lubrication and fuel dispensing equipment. The successful contractor will be responsible for delivering the specified tank to Portsmouth, Virginia, which is critical for supporting naval operations. Interested vendors must submit their quotations via email to Michelle Augustus by December 10, 2025, at 12:00 PM, and are encouraged to review the attached solicitation documents for detailed requirements and compliance instructions.
    Repair Fuel System B4505
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "Repair Fuel System B4505" project at Marine Corps Air Station Cherry Point, North Carolina. This project involves the repair of three fuel storage tanks, associated piping, equipment, and the concrete pad, with strict adherence to government regulations and procedures. The estimated cost for this project ranges between $500,000 and $1,000,000, and work must be completed within 180 calendar days, with proposals due by January 12, 2026, at 2:00 PM EST. Interested contractors must be among the specified General MACC holders and are required to attend a mandatory site visit on December 11, 2025. For further inquiries, contact Christina A. Newton at christina.a.newton.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the Annual Bulk Petroleum Purchase for the Atlantic, Europe, and Mediterranean Region under Solicitation Number SPE602-26-R-0700. This procurement aims to acquire various bulk petroleum products, including Naval Distillate (F76), Aviation Turbine Fuel (JA1), and Aviation Turbine Fuel (JP5), to support military operations across multiple locations in Europe, with delivery scheduled from July 1, 2026, to June 30, 2027. Offerors are required to utilize the Bulk Offer Entry Tool (OET) for submissions and must be registered in the System for Award Management (SAM), with a closing date for proposals set for January 5, 2026, at 3 PM EST. Interested parties can direct inquiries to Gerardo Gomez or Paul Johnson via the provided email addresses.
    Fort Irwin Tank Transfer
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Fort Irwin Tank Transfer project, which involves essential repairs to fueling systems at three sites within Fort Irwin, California. The project includes repairing the Bulk Storage Facility, upgrading the Bicycle Lake Army Airfield fueling system, and enhancing the Retail Fueling Facility, with tasks such as installing secondary containment liners, constructing new storage tanks, and upgrading Automatic Tank Gauge panels. These repairs are critical for maintaining the operational readiness of fuel storage and distribution systems that support military operations. Interested small businesses are encouraged to contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Minhthu Vu at minhthu.t.vu@usace.army.mil for further details, as this opportunity is set aside for total small business participation under NAICS code 237120.
    Water Treatment Plant Annex (Romania)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Europe, Africa, Central, is seeking qualified contractors for the construction of a new Water Treatment Plant (WTP) Annex at Naval Support Facility Deveselu, Romania. This project aims to consolidate administrative office functions and ultra-filtration equipment currently housed in separate units into a single facility, along with the installation of a hazardous material storage facility. The total estimated value of the construction project is between $5,000,000 and $10,000,000, with a contract duration of approximately 360 days from award to completion. Interested contractors must ensure active registration in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for the upcoming solicitation, which is expected to be issued within the next two months. For further inquiries, contact Bebe Minger at bebe.j.minger.civ@us.navy.mil or My-Angela H. Buescher at myangela.h.buescher.civ@us.navy.mil.
    LTC RFP N0038326R0016
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and renewal of aircraft fuel tanks under solicitation number N0038326R0016. The procurement involves detailed requirements for configuration management, engineering changes, and adherence to military and commercial standards for preservation, packaging, and marking of the fuel tanks. These components are critical for maintaining the operational readiness of military aircraft, ensuring safety and efficiency in fuel management. Interested parties should note that the response deadline has been extended to December 17, 2025, and can contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER11.CIV@US.NAVY.MIL for further information.
    Tanker Voyage Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a clean, approved double-hull tanker capable of transporting a minimum of 240,000 barrels of JA1 fuel. The vessel must meet specific requirements, including an Inert Gas System (IGS), Segregated Ballast Tanks (SBT), and adhere to defined dimensions, with a maximum length overall of 200 meters and a deadweight tonnage of 50,000 MT. This procurement is critical for ensuring the safe and efficient transportation of fuel along the route from Onsan, Korea, to Mesaieed, Qatar, and Sitra, Bahrain, with laydays scheduled for January 7-8, 2026. Interested parties should submit their proposals and detailed vessel information to the primary contact, Brandon Page, at brandon.a.page.civ@us.navy.mil, or reach out to the secondary contact, Eric Hatcher, at ERIC.N.HATCHER2.CIV@US.NAVY.MIL, for further inquiries.
    Government Owned Contractor Operated Fuel Storage Facility at DFSP Tampa, FL
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for fuel management services at the Defense Fuel Support Point (DFSP) in Tampa, Florida. The contractor will be responsible for all services related to the receiving, protecting, storing, and shipping of U.S. Government-Owned Turbine Fuel Aviation, Grade Jet-A, in accordance with the Performance Work Statement (PWS). This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 493190, with a size standard of $36.5 million, and is expected to result in a firm-fixed-price contract with a four-year base period starting November 4, 2026, and an option for an additional five years. Interested vendors should prepare for the solicitation to be posted on www.beta.SAM.gov around December 29, 2025, and must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals. For further inquiries, contact Candice Ekwoge at candice.ekwoge@dla.mil or 804-807-4948.