REPLACE UST MONITORING SYSTEM
ID: 140L0225Q0005Type: Solicitation
AwardedApr 14, 2025
$23.1K$23,109
AwardeePRISM DESIGN & CONSTRUCTION, LLC 7620 W MARIGOLD DR Wasilla AK 99623 USA
Award #:140L0225P0015
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTALASKA FIRE SERVICEFORT WAINWRIGHT, AK, 99703, USA

NAICS

Totalizing Fluid Meter and Counting Device Manufacturing (334514)

PSC

PETROLEUM PRODUCTION AND DISTRIBUTION EQUIPMENT (3835)

Set Aside

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

    The Bureau of Land Management (BLM) Alaska Fire Service is seeking qualified vendors to replace the Underground Storage Tank (UST) Monitoring System under solicitation number 140L0225Q0005. The procurement aims to acquire a new monitoring system that ensures compliance with federal and state regulations, providing continuous leak detection and operational reporting capabilities for a 10,000-gallon heating fuel tank. This initiative is critical for maintaining environmental safety and regulatory adherence, particularly following recent inspections that highlighted non-compliance issues. Interested vendors must submit their quotes by March 31, 2025, at 4:00 PM Alaska Daylight Savings Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Michael Stewart at mlstewart@blm.gov or by phone at 907-356-5774.

    Point(s) of Contact
    Stewart, Michael
    (907) 356-5774
    (435) 743-3136
    mlstewart@blm.gov
    Files
    Title
    Posted
    The government document outlines a Request for Proposals (RFP) aimed at addressing infrastructure needs within state and local agencies. The main objective is to solicit qualified vendors to provide innovative solutions that enhance operational efficiencies and sustainability. Key areas of focus include upgrades to transportation systems, improvement of public facilities, and development of green initiatives. The document emphasizes the importance of compliance with federal grant standards and local regulations, requiring detailed project proposals that demonstrate feasibility and effectiveness. Moreover, the RFP specifies the evaluation criteria for submissions, which includes the vendor's past performance, technical expertise, and proposed budget. The timeline for proposal submissions is detailed, providing a clear structure for interested parties. The key takeaway reinforces government commitment to improving community infrastructure and promoting sustainable development practices through competitive bidding. This initiative underscores the significance of public-private partnerships in achieving the outlined goals. Vendors are encouraged to collaborate and innovate, ensuring that local and state needs are met while adhering to regulatory frameworks.
    The document outlines an amendment to solicitation number 140L0225Q0005 issued by the BLM-AK/Alaska Fire Service, which pertains to a requirement for a commercial item or service. It specifies that offers must be acknowledged by the respondents and submitted by a deadline of March 31, 2025, at 4:00 PM Alaska Daylight Savings Time. The solicitation follows FAR guidelines, particularly Parts 12 and 13, and emphasizes that offers will be evaluated based on the lowest price technically acceptable (LPTA). The document notes the necessity for compliance with specific technical specifications, including the use of a licensed UST installer for the project. Additionally, it requires that all bidders be registered in the System for Award Management (SAM) by the closing date, with quotes submitted either via email or on official letterhead. Key contacts for inquiries are provided, underscoring the collaborative nature of the procurement process. This amendment serves not only to clarify the solicitation process but also to ensure adherence to federal guidelines in the bidding for government contracts.
    The document serves as a combined synopsis and solicitation by the Bureau of Land Management (BLM) Alaska Fire Service (AFS) for replacing the Underground Storage Tank (UST) Monitoring System. Under Request for Quotation (RFQ) Number 140L0225Q0005, this procurement is open to all eligible vendors, with an anticipated due date for offers set for March 31, 2025. Vendors must provide details about their business type and Submit their quotes along with necessary documentation to the contract's designated email by the deadline. The effort aims to acquire a commercial service related to the UST Monitoring System, ensuring compliance with Federal Acquisition Regulation (FAR) provisions. The project seeks to guarantee technical specifications while evaluating bids based on the lowest price technically acceptable method. An active registration with the System for Award Management (SAM) is required for all bidders to be considered. The detailed clauses and provisions encapsulated in the solicitation underline the government’s adherence to ensuring fair business practices and regulations throughout the contracting process. This document reflects the structured approach to government procurement while facilitating transparency and competition in acquiring commercial services.
    This Statement of Work (SOW) outlines the requirements for the procurement and installation of a new monitoring system for a 10,000-gallon underground storage tank (UST) used for heating fuel. The current monitoring system is outdated and inoperable. The new system must provide continuous leak detection automated to identify any releases from the tank or its piping by October 13, 2025, in compliance with state regulatory standards. The installation aims to utilize existing power and wiring infrastructure. The system will need to deliver various operational specifications, reporting capabilities for environmental compliance, and management of inventory including tracking fuel volume, height, and conditions. It must also have robust communication interfaces for data transmission and alarm notifications for critical tank conditions. Documentation for installation and maintenance, as well as third-party performance certification, is required. A warranty of one year, covering parts and labor by an authorized representative, is also stipulated. This SOW is part of a governmental requirement to enhance environmental safety and compliance concerning underground storage tanks, aligned with federal and state regulations.
    The 2022 UST Operations Inspection Report for the BLM Northern District Office in Fairbanks, Alaska, indicates non-compliance with operational standards outlined in Title 18 Alaska Administrative Code (AAC) 78 regarding underground storage tanks (USTs). The facility's diesel storage tank, last inspected on August 9, 2022, failed to log periodic walkthrough inspections and showed that the automatic shutoff valve was improperly set, requiring immediate upgrade by January 30, 2023. Significant concerns included cracks in the spill bucket, malfunctioning leak detection equipment, and lack of proper record-keeping for leak detection. As a result, the UST will be placed under a 30-day fuel authorization program, requiring monthly reporting. The report stresses the need for the facility to appoint certified UST operators within 30 days to ensure compliance with training and operational responsibilities. Immediate corrective actions are mandated for the facility to mitigate environmental risks and maintain regulatory adherence. The report illustrates the importance of ongoing inspections and operator training to avoid potential hazards associated with UST systems.
    Lifecycle
    Title
    Type
    Similar Opportunities
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    R--This is a sources sought, request for information
    Interior, Department Of The
    The Bureau of Land Management (BLM), part of the Department of the Interior, is issuing a Sources Sought Notice and Request for Information (RFI) for an Energy Management Information System (EMIS). The primary objective of this RFI is to gather information for planning purposes regarding a system that will centralize energy auditing, manage utility data across approximately 2,200 accounts and 175 facilities, and support federal energy conservation mandates, with an annual utility cost of around $9.4 million. The EMIS will be crucial for tracking energy and water consumption, renewable energy generation, and greenhouse gas emissions, while also providing various reporting capabilities and integrating with existing financial systems. Interested firms are encouraged to contact Shane Mundt at smundt@blm.gov or call 406-594-9282 to discuss their capabilities and insights regarding this opportunity.
    Fuel System Tank Demolition St. Paul Alaska
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for the demolition of the Aircraft Fueling System on St. Paul Island, Alaska, due to a diesel fuel leak contaminating the surrounding soil. The contractor will be responsible for providing all necessary supervision, labor, tools, equipment, materials, and transportation to effectively demolish the fuel system and remediate the contaminated area. This urgent requirement underscores the critical need for timely environmental remediation services to prevent further contamination. Interested parties can contact John Wright at john.wright@uscg.mil or by phone at 907-463-2410 for further details regarding this opportunity.
    Procurement of Fuel Tanks
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of fuel tanks for aircraft. This opportunity involves the acquisition of 19 units each of right and left fuel tanks, which must be newly manufactured commercial items sourced from Original Equipment Manufacturers (OEMs) such as Sikorsky Aircraft Corporation and Meggitt (Rockmart), Inc. The procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all components meet stringent FAA guidelines and OEM specifications. Interested vendors must submit their quotations by January 5, 2026, with an anticipated award date around April 1, 2026. For further inquiries, contact Steven Levie at steven.a.levie@uscg.mil or by phone at 206-815-2059.
    R--OFO Oil and Gas Data Subscription
    Interior, Department Of The
    The Bureau of Land Management (BLM), New Mexico State Office, intends to award a sole source contract to Enverus, Inc. for an Oil and Gas Data Subscription, aimed at enhancing regulatory compliance and resource management in Oklahoma, Kansas, and Texas. The subscription-based platform will provide comprehensive oil and gas data, including production details, drilling permits, and facility locations, while integrating with ARCGIS ONLINE and offering customer support and training. This data is crucial for federal government operations and will be used exclusively for official business. Interested parties may submit capabilities statements to Lashondra Hubbard at lhubbard@blm.gov by December 19, 2025, at 08:00 AM CT, with the procurement governed by FAR 13.106-1(b)(1).
    54--ND-DEVILS LAKE WMD- FIRE TRUCK POLY WATER TANK
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified small businesses to provide and install a 300-gallon poly water tank and a Standard Model 52 Pump Package for a 2025 Ford F550 fire truck at the Devils Lake Wetland Management District in North Dakota. The procurement includes specific requirements such as a pump package with various components, compliance with NFPA standards, and a completion timeframe of nine to twelve months post-award. This opportunity is crucial for enhancing firefighting capabilities in the region, ensuring that the fire truck is equipped with the necessary tools for effective emergency response. Interested vendors must submit their quotes by December 22, 2025, at 5:00 pm EST, to Khalilah Brown at khalilahbrown@fws.gov, with evaluations based on technical expertise and past performance.
    Birches Remedial Action, Demolition, And Groundwater Monitoring
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Birches Remedial Action, Demolition, and Groundwater Monitoring project in Tanana, Alaska. The project involves the removal of contaminated soils, including PCB, lead, and petroleum-impacted materials, from the Engine Generator Building site, as well as the demolition of concrete foundations and groundwater monitoring. This work is critical for environmental remediation and compliance with state cleanup standards, with operations expected to take place in 2026 and/or 2027 due to the remote location and logistical challenges. Interested 8(a) certified vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by December 19, 2025, at 12:00 PM Central Time to be considered for the upcoming solicitation.
    Offutt Tank Inspection
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W071 Endist Omaha office, 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 critical for maintaining the safety and integrity 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 call 402-995-2480 for further information.
    CFA-696 Used Oil Tank Replacement
    Energy, Department Of
    The Department of Energy, through Battelle Energy Alliance, LLC, is seeking Expressions of Interest (EOI) from qualified vendors for the CFA-696 Used Oil Tank Replacement project at the Idaho National Laboratory in Idaho Falls, Idaho. The project involves the removal of five outdated underground used oil storage tanks and the installation of a new 4,000-gallon above-ground tank, along with a new above-ground collection basin and pump system, aimed at enhancing environmental compliance, operational safety, and system reliability. This initiative is critical for maintaining the laboratory's commitment to clean energy innovation and national security. Interested vendors must submit their EOIs, including company details and relevant capabilities, to Chase Egbert at Chase.Egbert@inl.gov by January 16, 2026, to be considered for the subsequent Request for Proposal process.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks are required to match existing models and will be utilized to store potable water for wildlife, particularly in drought-prone areas. The contract is a 100% Total Small Business set-aside, firm-fixed-price agreement, with quotes due by December 22, 2025, at 5:00 pm EST, and a performance period from December 29, 2025, to February 16, 2026. Interested vendors should direct inquiries and submissions to Khalilah Brown at khalilahbrown@fws.gov.