SOURCES SOUGHT
Y -- Fuel Tank Repair and Maintenance
- Notice Date
- 2/6/2026 2:08:33 PM
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F26SM007
- Response Due
- 2/20/2026 11:20:00 AM
- Archive Date
- 03/07/2026
- Point of Contact
- Phillip Wickham, Jessica Beckman
- E-Mail Address
-
Phillip.L.Wickham@usace.army.mil, Jessica.L.Beckman@usace.army.mil
(Phillip.L.Wickham@usace.army.mil, Jessica.L.Beckman@usace.army.mil)
- Description
- Sources Sought Response Form Sources Sought Notice # W9128F26SM007 PURPOSE: By way of this Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable small business or other than small business firms that are engaged in providing the requirement described hereunder. The responses to this notice will be used for planning purposes for upcoming procurements. Therefore, this notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of an RFQ/RFP/IFB; nor does it commit the government to contract for any supply, service, or construction. There is no solicitation currently available. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice. PROJECT DESCRIPTION: This project includes repairs and maintenance of two vertical aboveground storage tanks �Facility 10241 (Tank 1) and Facility 10242 (Tank 2), located at Seymour Johnson, AFB, NC. : The repair and maintenance items below shall be performed to comply with American Petroleum Institute (API) 653 and all applicable design criteria and standards provided in paragraph Design Criteria and Reference Publications below. The DoD Aboveground Storage Tank (AST) Standard AW 78-24-27 shall govern where it conflicts with API 650 or API 653. All Repairs shall be conducted in accordance with the most current codes and standards applicable with each repair. Contractor is required to obtain all necessary permits required for this project and review the State regulations concerning repair of AST�s. Complete the API 653 Repairs based on the design references and criteria provided herein. This includes, but is not limited to, design, construction, all necessary labor, equipment, and materials for satisfactory operation of the project. Work to include: replace the perimeter of the tank bottom, perform hydrostatic test, repair issue piping, repair low suction piping, replace thermal relief lines, remove mechanical tape gauge, replace tank level arms, repair tank stairs, repair water draw -off system, provide stilling wells, repair floating pan, replace internal ladder, repair inspection hatches, replace tank chime sealant, repair containment area, repair rank grounding, provide scaffold supports, replace wiper seals, repair cathodic protection, provide tank data plate, repair tank coatings, provide tank strapping chart, and provide final API 653 inspection report. Estimated Project Solicitation Issue date: TBD Small Businesses are reminded under FAR 52.219-14� (1), Limitations on Subcontracting Services. At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response to this Sources Sought synopsis. (For Construction): Project Period of Performance: 450 calendar days from construction NTP. RESPONSES: Please respond to all information requested in this notice not later than 1200 Mountain Time, Friday 20 February 2026 Please include the Sources Sought Notice Identification Number (W9128F26SM007) in the subject line of the email submission with Attention to: Contract Specialist Phillip.L.Wickham@usace.army.mil Contracting Officer Jessica.L.Beckman@usace.army.mil REQUIRED INFORMATION TO BE SUBMITTED IN RESPONSE TO THIS NOTICE: Company Name, address, phone number, point of contract, email, web address: CAGE Code and Unique Entity Identifier (UEI): North American Industry Classification System Code (NAICS): State whether your firm is classified by the Small Business Administration as any of the following: Small Business Small Disadvantaged Business Service-Disabled Veteran Owned Small Business (SDVOSB) Section 8(a) Women Owned Small Business (WOSB) HUBZone None of the above *If none of the above, are you a large business? Is your company currently registered in System for Award Management (SAM)? Has your company performed work for the federal government? Has you company performed work for the federal government under a different name or UEI/DUNS #, or as a member of a Joint Venture (JV)? If yes, provide an explanation: CAPABILITIES AND SUBMISSION REQUIREMENTS: SUBMISSION DETAILS: All interested, capable, qualified, and responsive contractors are encouraged to reply to this request. NAICS code 237120 � Oil and Gas Pipeline Related Structures Construction Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described in the Project Description. Responses are requested only from: POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $5 Million Narratives shall be no longer than 5 pages Email responses are required. Please include the following information in your response/narrative: �Business size to include any official teaming arrangements as a partnership or joint venture �Details of similar projects and state whether you were the Prime or Subcontractor �Start and end dates of construction work �Project references (including owner with phone number and email address) �Project cost, term, and complexity of job �Information on your bonding capability - SPECIFICALLY IDENTIFY CAPACITY OF PERFORMANCE AND PAYMENT BONDS In accordance with FARS 36.204 the magnitude of this project is expected to range between $5 Million and $10 Million. COMMENTS: Provide comments or identify any concerns your company has regarding the planned solicitation. Note that the Government will not be responding to inquiries about the proposed solicitation at this time. Your responses and comments will be used by Government personnel to assess the viability and scope of the proposed solicitation and will be kept in strictest confidence. Telephone inquiries will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7344857fdf46470db8b52167631a32ab/view)
- Place of Performance
- Address: NC 27531, USA
- Zip Code: 27531
- Country: USA
- Zip Code: 27531
- Record
- SN07708783-F 20260208/260206230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |