Diesel Fuel Dispenser and Pump Replacement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 USDA Forest Service is seeking quotations for the Diesel Fuel Dispenser and Pump Replacement project at the Fort Simcoe Job Corps Civilian Conservation Center in White Swan, WA. This is a Total Small Business Set-Aside opportunity. The project involves replacing existing diesel fuel dispensing equipment and associated maintenance. Offers are due May 26, 2026, at 1700 EST.
Scope of Work
This acquisition requires the replacement of a diesel fuel dispenser and pump, including comprehensive "Diesel System Maintenance." Key tasks involve hydrostatic testing of fuel lines, replacement of diesel dispensers, solenoid valves, and submersible pumps, proper disposal of removed items, system startup procedures, and training for maintenance staff. All work must adhere to detailed specifications, drawings, and applicable codes such as NFPA and ICC. The period of performance is 10 calendar days to commence work after Notice to Proceed (NTP), with entire project completion within 90 calendar days after NTP, including final cleanup. Work hours are 8:00 AM - 4:30 PM, Monday through Friday.
Contract Details
- Type: Request for Quotation (RFQ), Combined Synopsis/Solicitation (12441926Q0030)
- Anticipated Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business Set-Aside (NAICS 333914, size standard 750 employees)
- Place of Performance: Fort Simcoe Job Corps CCC, 40 Abella Ln, White Swan, WA 98952
- Period of Performance: 90 calendar days after NTP
- Required: Performance bond, active SAM.gov registration. Offerors must hold prices firm for 180 calendar days.
Submission & Evaluation
Proposals will be evaluated using the Lowest Price Technically Acceptable (LPTA) criteria. Evaluation factors include Technical Approach (Project Schedule), Demonstrated Prior Experience, and Price Schedule. Offers must include all items listed in AGAR 452.215-71 (c).
Key Dates & Contacts
- Pre-Proposal Conference (Site Visit): Monday, May 4th, 2026, at 0900 PST. Location: 40 Abella Ln, White Swan, WA 98952. RSVP required 48 hours prior to George Calfrobe (George.Calfrobe@usda.gov or (509) 945-7099), CC Nicholas Zane (nicholas.zane@usda.gov).
- Questions Due: May 14th, 2026, at 1700 EST. Submit to Aaron Sanford (aaron.sanford@usda.gov) or Nicholas Zane (nicholas.zane@usda.gov).
- Offers Due: May 26th, 2026, at 1700 EST. Submit via email to nicholas.zane@usda.gov.
Attachments
Key attachments include the solicitation document (12441926Q0030), detailed drawings, technical specifications, a Schedule of Items (SOI) for pricing, and Wage Rate Determinations for Yakima County, WA.