SOLICITATION NOTICE
Y -- Pre-Solicitation Notice - W9128F26RA024 - $699M Small Business Design-Build/Design-Bid-Build Fuels MATOC
- Notice Date
- 9/23/2025 3:04:20 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 (look under Inactive).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c686336bc31a42a6b0a9d73b3aaaa495/view)
- Place of Performance
- Address: Continental United States (CONUS), Alaska, Hawaii, and Outlying Areas
- Record
- SN07601079-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 |