CRREL Above Ground Storage Tank

SOL #: W913E526RA003Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2R2 USA ENGR R & D CTR
VICKSBURG, MS, 39180-6199, United States

Place of Performance

Hanover, IL

NAICS

Support Activities for Oil and Gas Operations (213112)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Containers, Packaging, And Packing Supplies (J081)

Set Aside

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

Timeline

1
Posted
Jan 30, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Mar 5, 2026, 6:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Army's Engineering Research and Development Center (ERDC) in Vicksburg, MS, is soliciting proposals for Above Ground Storage Tank (AGST) Inspection Services at the US Army Cold Regions Research and Engineering Laboratory (USACRREL) in Hanover, New Hampshire. This is a Total Small Business Set-Aside opportunity. The contractor will provide annual inspection, testing, and repair services for nine AGSTs, ensuring compliance with New Hampshire Department of Environmental Services (NHDES) regulations. Proposals are due by March 5, 2026.

Scope of Work

The selected contractor will be responsible for all management, quality control, labor, supervision, parts, materials, tools, equipment, supplies, and transportation for the inspection of nine AGSTs. Key requirements include:

  • Performing annual inspections and mandatory tightness/leak monitor tests.
  • Preparing and submitting all State-required forms, permits, approvals, and notifications to NHDES.
  • Submitting reports of tank activity to NHDES, including a digital annual report detailing contract activity, testing results, and deficiency corrections.
  • Ensuring compliance with NHDES Env-Or 300 regulations and EM 385-1-1 Safety and Health Requirements Manual.
  • Adhering to confined space entry regulations and establishing a quality control program.
  • Performing a minimum of two site visits per contract year.
  • Checking vents, caps, fill containers, and piping for proper operation and vapor recovery.

Contract Details

  • Contract Type: Solicitation for commercial products and services (implied Firm Fixed-Price).
  • NAICS Code: 213112, with a size standard of $47,000,000.00.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Period of Performance: Base year plus four option years, potentially covering five years. The pricing schedule includes a "Ten Year Interior Inspection" item in Option Year 3.
  • Place of Performance: USACRREL, Hanover, New Hampshire.

Submission Requirements

Proposals must be submitted electronically via email to kwamaine.d.clark@usace.army.mil with the subject line "CRREL AGST Services". Submissions should consist of two volumes:

  • Volume I - Technical Proposal: Limited to 60 pages (20 for Operations Plan, 20 for Key Personnel, 20 for Past Performance). This volume should not contain pricing information. Offerors must address their approach, methodology, and understanding of contract requirements, and provide Contractor Performance Assessment Reports (CPARs) or completed Past Performance Questionnaires (Attachment 01).
  • Volume II - Price Proposal: Must include a completed Standard Form (SF) 1449 and the Pricing Schedule (Attachment 02), detailing costs for the base year and four option years, including annual inspections and repair labor rates (regular and overtime hours).

Evaluation Criteria

Award will be made using a Best Value Trade-off procedure to a single contractor. The evaluation factors are:

  • Factor I - Technical Capability (Operations Plan): Evaluated for adequacy, strength, compliance, and capability. Rated as Outstanding, Good, Acceptable, Marginal, or Unacceptable.
  • Factor II - Past Performance: Evaluated for recency (within 5 years) and relevancy (similar scope/magnitude). Rated as Substantial, Satisfactory, Limited, No Confidence, or Unknown Confidence.
  • Factor III - Price: Determined from the submitted Pricing Schedule. Weighting: Technical Capability and Past Performance are of equal importance, and combined, they are significantly more important than Price.

Key Dates & Contacts

  • Proposal Due Date: March 5, 2026, at 6:00 PM EST.
  • Questions Due Date: Ten (10) calendar days before the proposal due date (February 23, 2026).
  • Primary Contact: Kwamaine Clark (kwamaine.d.clark@usace.army.mil).
  • Secondary Contact: LaShanda Areghan (lashanda.d.areghan@usace.army.mil).
  • Eligibility: Offerors must have an active System for Award Management (SAM) registration with no active exclusions.

People

Points of Contact

Kwamaine ClarkPRIMARY
LaShanda AreghanSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Mar 2, 2026
View
Version 3Viewing
Solicitation
Posted: Feb 26, 2026
Version 2
Solicitation
Posted: Feb 18, 2026
View
Version 1
Solicitation
Posted: Jan 30, 2026
View