Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2025 SAM #8704
SOLICITATION NOTICE

Y -- Pre-Solicitation Notice - W9128F26RA024 - $699M Small Business Design-Build/Design-Bid-Build Fuels MATOC

Notice Date
9/23/2025 3:35:20 PM
 
Notice Type
Presolicitation
 
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
W9128F26RA024
 
Response Due
10/9/2025 3:00:00 PM
 
Archive Date
10/31/2025
 
Point of Contact
Brandon Hobbs
 
E-Mail Address
brandon.s.hobbs@usace.army.mil
(brandon.s.hobbs@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The work generally includes the following: 1.) Construction, maintenance, repair and demolition of POL facilities and infrastructure, to include design. Facilities and infrastructure include, but are not limited to, facilities in direct support of the fuel receipt, pipeline, storage, transfer, containment, laboratory testing, POL operations, quality control, equipment, and dispensing systems, 2.) Tank rehabilitation. Work consists of construction, repairing, replacing, and upgrading coatings, worn components, corrosion, and deficiency to the tank systems necessary to make the tank fully functional for support of mission requirements. Components typically include valves, pumps, piping, controls, dikes/berms, structural components (shell/tank bottom), life safety, and fire safety systems, and 3.) Tank cleaning prior to inspection and upgrades. Work includes cleaning to remove residual fuel products, water/sludge removal, and preparation of tank for inspection. The estimated award date is May 2026. The estimated duration of this Multiple Award Task Order Contract (MATOC) is 4 years for the base period, 3 years for Option 1, and 6 months for Option 2 for a possible total of 7.5 years. MATOCs will be awarded using FAR part 15 procedures. Evaluation factors will include: Past Performance, Overall Program Management/Technical Approach, Technical Approach for the Sample Project, Resumes of Key Personnel, and Price for the Sample Project (factors may be changed prior to solicitation). See SAM Notice for W9128F25RA065 for additional details.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d5ca812e74d24779b68bcf02e6d537d2/view)
 
Place of Performance
Address: Continental United States (CONUS), Alaska, Hawaii, and Outlying Areas
 
Record
SN07601078-F 20250925/250923230042 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.