Void Tank Cleaning Services
ID: N0060425Q4041Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

NAICS

Ship Building and Repairing (336611)

PSC

MAINTENANCE OF FUEL SUPPLY FACILITIES (Z1NA)

Set Aside

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

    The Department of Defense, through the Naval Supply Fleet Logistics Center Pearl Harbor, is seeking qualified small businesses to provide Void Tank Cleaning Services for YON 328 at Joint Base Pearl Harbor, Hawaii. The primary objective is to address salt buildup in the interstitial void tanks, which is critical for preventing corrosion that could compromise the fuel barge's hull ahead of an upcoming INSURV inspection scheduled for December 2024. The contract period extends from the award date through September 30, 2025, with all work required to be completed by that date. Interested contractors must submit detailed quotes by 11:00 AM Hawaii Standard Time on April 29, 2025, and direct any questions to David Chang at david.d.chang3.civ@us.navy.mil or by phone at 808-473-7548.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for void tank cleaning services for YON 328 at Fleet Logistics Center Pearl Harbor (FLCPH). The objective is to address salt buildup in the interstitial void tanks, identified during inspections ahead of an INSURV inspection scheduled for December 2024. This cleaning is critical to preventing corrosion that could compromise the fuel barge's hull. The contractor is responsible for providing personnel, equipment, and materials necessary for the cleaning, ensuring compliance with safety standards, including HAZWOPER certifications and confined space entry protocols. They must document the tanks' conditions with before-and-after photographs and provide detailed cleaning and inspection reports. The work will occur at Kilo Pier or Hotel Pier during standard business hours, with no travel requirements. The PWS specifies contractor qualifications, security measures, and stipulates that all personnel must be U.S. citizens. Base access requires Defense Bio-metric Identification (DBIDS) credentials, which the contractor must obtain. The contract period extends from the award date through September 30, 2025, with completion mandated by September 30, 2026. The technical point of contact for coordination is Jason Sembrano from the Maintenance Department.
    The document outlines the representation requirements under provision 52.204-24, concerning telecommunications and video surveillance services or equipment in government contracts. It emphasizes that Offerors (potential contractors) do not need to make certain representations if they have already confirmed they do not provide or use covered telecommunications equipment or services in earlier certifications. The prohibition stems from Section 889 of the John S. McCain National Defense Authorization Act of 2019, which restricts government agencies from procuring such equipment as critical technology or as a substantial component of systems. Offerors are required to certify their compliance, providing detailed disclosures if they use or plan to provide covered telecommunications equipment or services. This must include identifying the manufacturer, product descriptions, and the use of such equipment, with additional stipulations for maintenance-related services. The provision's intent is to ensure that contractors do not involve themselves with equipment posing risks to national security or privacy. Overall, the document serves to uphold security standards in federal contracting processes.
    The document outlines Wage Determination No. 2015-5689 issued by the U.S. Department of Labor under the Service Contract Act. It regulates the minimum wage rates for various occupations relevant to federal contracts, emphasizing that covered workers must receive at least the applicable minimum wage specified by Executive Orders 14026 and 13658 depending on the contract's start date. As of 2025, workers contracted post-January 30, 2022, must earn at least $17.75 per hour, while those contracted between January 1, 2015, and January 29, 2022, must earn at least $13.30 per hour. The wage determination includes specific rates for many occupations, along with fringe benefits under the Hawaii Prepaid Health Care Act. The document also informs contractors about required health benefits and paid sick leave, detailing the conformance process for unlisted classifications. Additionally, it notes the applicability of holiday and vacation benefits. This wage determination is essential for compliance with federal contracting regulations and worker protection policies in government RFPs and grants.
    The document outlines a combined synopsis/solicitation for five Void Tanks Cleaning Services at Joint Base Pearl Harbor, Hawaii, under the RFQ number N0060425Q4041. This procurement is targeted exclusively at small businesses, with a performance period extending until September 30, 2025. Bids must be submitted with detailed pricing by 11:00 AM Hawaii Standard Time on April 29, 2025, while questions must be posed by April 24, 2025. Key evaluation criteria include pricing, delivery, and the contractor's adherence to the Performance Work Statement (PWS). All quotes should include essential information, such as a point of contact and GSA contract number if applicable, ensuring compliance with federal regulations, including registration in the System for Award Management (SAM). The document also emphasizes the contractor's responsibility for inspection and quality control. Additional clauses and attachments relevant to the procurement are provided, highlighting the importance of understanding and integrating various regulatory requirements in the proposal process. Overall, the solicitation aims to ensure competitive and compliant bidding for necessary cleaning services within the specified timeframe and standards.
    This document outlines important clauses incorporated by reference in federal and state procurement processes, particularly related to government RFPs and grants. It contains a comprehensive list of clauses that govern compensation rules concerning former Department of Defense (DoD) officials, whistleblower rights, cybersecurity requirements, and various restrictions regarding business operations linked to geopolitical concerns, such as those involving the Maduro regime and the Xinjiang Uyghur Autonomous Region. Additional clauses address the electronic submission of payment requests, requirements for contractor property management, and prohibitions against the interrogation of detainees by contractor personnel. The document emphasizes compliance with safeguarding covered defense information and maintaining high standards for business ethics and conduct. It also specifies the necessity for offerors to provide representations and certifications, ensuring adherence to regulations affecting small businesses, veteran-owned firms, and compliance with anti-human trafficking standards. Overall, the document aims to establish a structured framework for responsible and ethical procurement practices in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Offutt Tank Inspection
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for tank inspection services at Offutt Air Force Base, Nebraska. The procurement involves conducting API Modified Inspections on four Jet A fuel tanks, including tasks such as fuel removal, tank cleaning, and the development of strapping charts, all adhering to federal and state regulations. This contract is crucial for maintaining the integrity and safety of fuel storage facilities, ensuring compliance with environmental and safety standards. Proposals are due by December 16, 2025, at 2:00 PM CST, and interested parties should contact Samuel Obrist at samuel.v.obrist@usace.army.mil or Brent Bertrand at Brent.D.Bertrand@usace.army.mil for further information.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    Oily Wastewater Treatment Service
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Oily Wastewater Treatment Services at Commander, Fleet Activities Yokosuka (CFAY) in Japan. The contract, identified as N6264926QB002, requires the contractor to provide comprehensive services for the collection, purification, recycling, and disposal of oily wastewater, ensuring compliance with Japanese and U.S. environmental regulations, particularly concerning hazardous materials and PFAS contamination. This competitive, unrestricted Indefinite Delivery Indefinite Quantity (IDIQ) contract has a minimum guarantee of $9,000 and a maximum value of $9,000,000, with a performance period from January 30, 2026, to January 29, 2027. Interested vendors should submit their proposals by December 17, 2025, and may contact Yukako Hishikura or Maria Mallari for further information.
    60-day Tanker Time Charter
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a 60-day tanker time charter under RFP N3220526R6032. The contract requires a clean, U.S. or foreign flag, double-hull tanker capable of carrying 235,000 barrels of clean product, with specific vessel requirements including age, SIRE system participation, and compliance with MSC TANKTIME 2024. This procurement is crucial for military readiness and petroleum cargo transportation, with the charter period scheduled from February 5-6, 2026, and proposals due by December 17, 2025, at 1100 ET. Interested parties should contact Eric Hatcher at ERIC.N.HATCHER2.CIV@US.NAVY.MIL or 564-230-3114 for further details.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    52000QR260001531 USCGC CHARLES DAVID JR. Diver Hull Clean, Inspect & Zinc Anodes Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform diver hull cleaning, inspection, and zinc anode renewal for the USCGC CHARLES DAVID JR. (WPC 1107) at its homeport in Key West, Florida. The contractor will be responsible for cleaning and inspecting the vessel's underwater body, polishing propellers, and renewing government-furnished zinc anodes, with the work scheduled to take place between January 5-7, 2026. This procurement is critical for maintaining the operational readiness and longevity of the vessel, ensuring compliance with maintenance standards. Interested small business contractors must submit their firm-fixed price quotations by December 18, 2025, at 09 A.M. Eastern Standard Time, to the designated contracting officers, Timothy Ford and Joshua Miller, via email.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    Purchasing GAC of 8 Units
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, intends to award a sole source contract to Clean Harbors Environmental Services for the procurement of eight granular-activated carbon (GAC) vessels. This acquisition is critical for supporting various Red Hill recovery operations and ensuring compliance with environmental regulations related to source water filtration. The contract will be awarded under the authority of 10 U.S.C. § 3204(c)(2) and FAR 6.302-2, and no competitive offers will be solicited. For further inquiries, interested parties may contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or Samantha Tomisato at samantha.e.tomisato.civ@us.navy.mil.
    DRY CARGO TUGCON
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command Norfolk, is seeking information from qualified vendors regarding the procurement of a Dry Cargo Tugcon for an open-ocean tow mission. The objective is to identify a U.S. flag, ocean-going certified tug capable of towing a YRBM-32 Berthing Barge from Joint Base Pearl Harbor-Hickam, HI, to Puget Sound Naval Shipyard, Bremerton, WA, between January 5-23, 2026, with specific requirements including a minimum tow speed of six knots and internet and satellite phone capabilities. This opportunity is critical for ensuring the effective transportation of military assets and requires interested parties to submit detailed information, including a lump-sum price and transit plan, by November 18, 2025. For further inquiries, vendors may contact David Anaya at david.c.anaya.civ@us.navy.mil or Christopher Tomlin at christopher.a.tomlin5.civ@us.navy.mil.