Tank Farm Maintenance
ID: FA813224Q0051Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8132 AFSC PZIMCTINKER AFB, OK, 73145-3303, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking contractors for a Firm Fixed Price Contract for Tank Farm Maintenance at Tinker Air Force Base in Oklahoma. The procurement involves providing preventative and remedial maintenance for 20 pieces of equipment, ensuring compliance with API and ASME standards, and adhering to stringent safety and operational protocols. This maintenance is critical for the safe management of hazardous materials, particularly in relation to hydrogen storage and handling, reflecting the government's commitment to safety and operational efficiency. Interested contractors must submit their quotes by October 29, 2024, with the contract expected to commence on November 13, 2024. For further inquiries, contact Carol D. Castle at carol.castle@us.af.mil or call 405-761-0317.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an equipment list for Pressure Release Devices (PRDs) designated for a tank farm, specifically under CLIN 0003. It details various PRDs, including their manufacturers, model numbers, serial numbers, and precise locations within different buildings. There are several valves assigned to different gases: helium, nitrogen, oxygen, and argon, each designed to operate at various pressure settings ranging from 250 psig to 650 psig. The equipment is centralized mainly at Building 3001 and the surrounding annexes, with some located at the Tank Yard of Building 3221. This equipment list serves to ensure compliance with safety regulations related to pressure management in the tank farm operations. The purpose of this document appears to be a response to federal procurement requirements, facilitating the safe and effective management of storage tanks in line with government standards and operational efficiency.
    This document serves as an inventory of specialized gas storage and related equipment located at various buildings on a federal site. It outlines the specific items including their descriptions, manufacturers, model numbers, serial numbers, and precise locations within the facility. Key equipment listed includes multiple 6,000-gallon liquid argon tanks, liquid nitrogen tanks, liquid oxygen tanks, and ambient air vaporizers, among others. Major manufacturers include Union Carbide, Taylor-Wharton Gas Equipment, and various specialized suppliers for gas regulation equipment. The document aims to provide a comprehensive overview of the gaseous substance management infrastructure in compliance with safety and operational standards, relevant for potential federal Requests for Proposals (RFPs) and grants related to equipment maintenance or upgrades. The detailed listing suggests a focus on safety and regulatory considerations, indicating the critical nature of these installations for the facility’s operations.
    The document outlines a request for the acquisition of 16 pressure release devices intended for hydrogen tanks, specifically designated as CLIN 4003 and dated September 10, 2024. The devices are supplied by the manufacturer Airgas and lack a specified model number. The serial identification is UN1049, with the installation location indicated as the west side of Building 3001, adjacent to Door 16A at post G70. This summary illustrates a component of government procurement procedures, focusing on essential equipment needed for safety regulations regarding hydrogen storage and handling. The precise details in the request underscore adherence to necessary operational standards in governmental operations and reflect the emphasis on safety in managing hazardous materials.
    The U.S. Air Force has issued Solicitation # FA813224Q0051 for a Firm Fixed Price Contract for Tank Farm Maintenance at Tinker Air Force Base, Oklahoma. This solicitation details the requirements for providing non-personal services, including preventative and remedial maintenance for 20 pieces of equipment, with an emphasis on compliance with API and ASME Standards. Quotes are to be evaluated based on the Lowest Total Evaluated Price (TEP) and contractor qualifications. Respondents must provide documented experience and possess appropriate certifications, such as API 570 or AWS CWI certification. Quotes are due by October 29, 2024, and must remain valid for 90 days. The document outlines essential provisions, evaluation criteria, and submission instructions while emphasizing the need for SAM registration and adherence to federal regulations. The contract will commence on November 13, 2024, with options for extensions based on performance needs. Payment terms will typically be Net 30 post-invoice submission in the Wide Area Workflow (WAWF) system. Compliance with safety and quality control measures is also highlighted, ensuring contractors meet stringent operational standards.
    The Performance Work Statement (PWS) outlines the requirements for preventive and remedial maintenance (PM/RM) on tank farm equipment at the Oklahoma City Air Logistics Complex. The contractor is tasked with providing all necessary labor, materials, and tools to ensure compliance with Original Equipment Manufacturer (OEM) specifications. The scope includes conducting two PMs per year for each of the twenty listed pieces of equipment, along with detailed inspections and required replacements of pressure release devices over the five-year contract term. The contractor must follow specific procedures for remedial maintenance, including prompt reporting of malfunctions and getting approval from the Contracting Officer for work requests. Environmental compliance, safety regulations, and proper certification are emphasized, with a requirement for the use of new parts. The document also outlines contractor communication protocols, quality assurance measures, and the responsibilities around governmental oversight regarding health, safety, and environmental standards. Frequent training in various safety and operational protocols is mandated as part of the contract execution. Overall, this PWS reflects robust mechanisms to ensure the contractor maintains high operational standards while safeguarding personnel and environmental safety.
    The document presents the Safety Requirements Appendix for contractors working on Tinker Air Force Base, emphasizing safety as the utmost priority. It establishes a framework for a comprehensive safety program that requires contractors to take personal responsibility for safety, report hazards, and ensure compliance with all safety laws, particularly OSHA standards. Key components include the submission of a Safety and Health Plan within ten days of contract award, which must outline personnel qualifications, inspection processes, training programs, and incident reporting protocols. Contractors are mandated to maintain thorough records of employee injuries and illnesses, ensure all personnel receive appropriate safety training, and promptly report any mishaps to the contracting officer. The document underscores the need for continuous safety inspections and effective communication of safety policies throughout the contractor's workforce. This safety framework is critical for minimizing risks and fostering a culture of safety within government contracts, reflecting the government's commitment to maintaining a safe work environment on federal properties. Overall, it serves as an essential guideline for promoting safe practices among contractors involved in high-risk operations.
    The document outlines the processes and requirements related to federal and state/local Requests for Proposals (RFPs) and grants, emphasizing the importance of adhering to specific guidelines for project completion. It highlights various scenarios in which organizations must document and articulate their capabilities and project aims effectively for funding consideration. Key discussions encompass compliance with legal and regulatory frameworks, including financial accountability and reporting standards. The document stresses the necessity of demonstrating organizational capacity, project viability, and a thorough understanding of stakeholder needs. Additionally, it indicates that successful proposals must include detailed project descriptions, timelines, and budgeting plans, all tailored to meet the expectations of the funding entities. The overall aim is to ensure that applicants present clear, concise, and persuasive proposals that align with government objectives and meet grant obligations, thereby advancing public interest projects. This structured approach facilitates transparency and efficiency in the competitive grant and RFP processes across governmental bodies.
    Lifecycle
    Title
    Type
    Tank Farm Maintenance
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Plating Tank Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base in Oklahoma, is seeking proposals for Plating Tank Repair Services under a Firm Fixed Price contract. The procurement aims to establish a five-year service contract for the repair and maintenance of plating tanks, with contractors required to ensure rapid response to equipment malfunctions, timely repairs, and compliance with safety and environmental regulations. This service is crucial for maintaining operational efficiency and reliability of plating tanks used in various industrial processes. Interested small businesses must submit their quotes by October 30, 2024, and can direct inquiries to Cory Rainey-Hedrick or Marc J. Kreienbrink via their provided email addresses.
    Reverse Osmosis System Preventive and Remedial Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide preventive and remedial maintenance for Reverse Osmosis Water Systems at Tinker Air Force Base in Oklahoma. The procurement requires contractors to deliver labor, equipment, and materials necessary for maintaining operational efficiency and safety, including regular inspections, timely repairs, and compliance with safety regulations. This maintenance is crucial for ensuring the reliability of water treatment systems that support the mission of the Oklahoma City Air Logistics Complex. Interested contractors must submit their quotes by August 28, 2024, with a total evaluated price of approximately $509,928, and can direct inquiries to Annita Wooten at annita.wooten@us.af.mil or Jennifer Azbill at jennifer.azbill@us.af.mil.
    Multiple Award Construction Basic Ordering Agreement Annual Synopsis
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a Multiple Award Construction Basic Ordering Agreement (MACB) at Tinker Air Force Base (TAFB) in Oklahoma. The procurement encompasses a variety of construction projects, including repairs, renovations, and installations, with estimated costs ranging from $100,000 to $10 million, depending on the specific project. These projects are crucial for maintaining and upgrading the facilities at TAFB, ensuring operational readiness and safety. Interested contractors can reach out to Sara Hinds at sara.hinds.2@us.af.mil for further details and to express their interest in participating in this opportunity.
    Construct Flightline Fueling Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is seeking contractors for the construction of a Flightline Fueling Facility at Whiteman Air Force Base in Missouri. This Design-Bid-Build (DBB) contract involves the construction of two R-11 refueler truck pantograph fuel stands, a ground vehicle fueling station with double-walled above-ground storage tanks, and associated infrastructure, with an estimated project value between $10 million and $25 million. The solicitation is expected to be released around October 18, 2024, with proposals due approximately 90 days later; interested vendors should register on SAM.gov to receive updates and ensure compliance with registration requirements. For further inquiries, contact Jeri Halterman at jeri.l.halterman@usace.army.mil or Michael France at michael.g.france@usace.army.mil.
    Plasma Spray Booth Cleaning Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking bids for Plasma Spray Booth Cleaning Services under Solicitation FA813224Q0054. The contract requires comprehensive cleaning services for plasma spray booths and associated dust collectors, ensuring compliance with manufacturer specifications and safety regulations, with a focus on maintaining a safe work environment. This procurement is a total small business set-aside, with a site visit scheduled for October 10, 2024, and quotes due by October 16, 2024. Interested contractors must be registered in the System for Award Management (SAM) and can contact Margaret King or Jennifer Azbill for further information.
    Repair of B-52 Flow Control Sensor Venturi Valve
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is planning to procure repairs for the B-52 Flow Control Sensor Venturi Valve. This indefinite delivery indefinite quantity (IDIQ) contract will encompass comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the valve to a like-new condition, with a minimum and maximum of six units every thirty days over a five-year period. The procurement is vital for maintaining the operational readiness of military aircraft systems and ensuring compliance with regulatory standards. Interested vendors must submit a Source Approval Request if not previously qualified and are encouraged to reach out for technical data via email; the solicitation is expected to be issued around October 8, 2024, with inquiries directed to Jessica Vinyard at jessica.vinyard.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
    TT&E/Overhaul of B-2 Fuel Temperature Control Valve Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the overhaul and testing of the B-2 Fuel Temperature Control Valve Assembly, identified by NSN 4820-01-347-6596 FW. The procurement requires contractors to restore government-furnished reparable items to like-new condition, adhering to stringent quality assurance measures, safety protocols, and compliance with technical orders throughout the overhaul process. This assembly is critical for the operational integrity of the B-2 aircraft, emphasizing the importance of maintaining high standards in military equipment. Interested parties must submit their quotations by October 23, 2024, and can direct inquiries to Amy Gil at amy.gil@us.af.mil for further information.
    REMANUFACTURE OF F-15 SERVOCYLINDER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the remanufacture of F-15 servocylinders at Tinker Air Force Base in Oklahoma. The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the components to "like-new" condition, adhering to stringent quality control and safety regulations. This opportunity is critical for maintaining the operational readiness of the F-15 weapon system, emphasizing the importance of compliance with federal standards and documentation protocols. Interested vendors should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, noting that this is a Sources Sought notice with no immediate contract award or funding allocated.
    COLUMBUS AFB, MS FAC# 141 & 145 FUEL TANK INSPECTION
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the inspection of fuel tanks at Columbus Air Force Base (AFB) in Mississippi. The project involves conducting both internal and external inspections of two facilities, specifically Facility 141 and Facility 145, in accordance with American Petroleum Institute (API) standards and relevant federal, state, and local regulations. These inspections are crucial for ensuring the safety, compliance, and operational integrity of the fuel storage facilities, which are vital for military operations. Interested small businesses must submit their proposals by October 17, 2025, to Kristal D. Dobry at the provided email address, with the contract expected to last 180 days post-award.
    Ball Valves
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of seven Jumbo BIV 5.0” STORZ X 6.0” NHF valves, as outlined in the combined synopsis/solicitation notice. This procurement is critical for maintaining operational readiness and ensuring the availability of essential equipment at Vance Air Force Base in Enid, Oklahoma. Interested vendors must comply with federal regulations, including the submission of a signed IRS Form W-9 and adherence to the Buy American Act, with bids due by 11:00 AM CST on October 10, 2024. For further inquiries, vendors can contact Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179.