FPC Yankton - ABOVE GROUND FUEL TANKS
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 Federal Bureau of Prisons (FBOP), specifically FPC Yankton in Yankton, SD, has issued a Presolicitation for the removal of an existing 2,500-gallon underground fuel tank (UST) and the installation of a new 3,000-gallon above-ground split-compartment tank (AST). This project includes a new concrete pad, fuel island, and an automated tracking system, with strict environmental compliance. This opportunity is a Total Small Business Set-Aside. Responses are due by May 21, 2026.
Scope of Work
The project involves two main phases:
- Demolition: Removal and disposal of the existing 2,500-gallon UST, associated piping, and fuel island. This includes regulatory notification, system decommissioning, and site assessments for contamination.
- New Installation: Installation of a new 3,000-gallon split-compartment AST (500 gallons diesel, 2500 gallons unleaded fuel), a new fuel island, and an automated fuel dispensing and tracking system. This also requires constructing a new concrete pad, installing necessary accessories (vents, gauges, anti-siphon valves), and connecting to a backup generator.
Performance Standards & Requirements
All work must comply with codes such as NFPA 70, API RP 1604, NFPA/IFC, and UL standards. Installers must be manufacturer-certified. A 1-year warranty on workmanship and materials is required. The contractor must provide O&M manuals, manufacturer's warranties, redline drawings, testing reports, and post-construction certification. The contractor is responsible for obtaining all necessary permits and ensuring strict environmental compliance, including soil sampling.
Period & Place of Performance
Work will be performed at FPC Yankton, 1016 Douglas Avenue, Yankton, South Dakota 57078. Standard work hours are Monday through Friday, 7:00 AM to 3:30 PM, excluding federal holidays, unless otherwise approved.
Special Requirements
- Security: All personnel require security clearance and ID badges. Access is controlled, and contractors must adhere to institutional working hours and conditions, which may include delays due to inmate movements or emergencies.
- Materials & Equipment: Contractors are responsible for storing materials and equipment in a designated secure area provided by the FBOP. Tools must be inventoried daily.
- Safety: Personal Protective Equipment (PPE) is mandatory. Specific clothing requirements (no shorts, green or khaki) and restrictions on bringing unauthorized items (weapons, drugs, electronics) into the facility apply.
- Utilities: The contractor must provide portable electrical power and portable restrooms. The institution will not provide telephone or communication lines.
Contract & Timeline
- Opportunity Type: Presolicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J035 - Maintenance, Repair And Rebuilding Of Equipment: Service And Trade Equipment
- Response Due: May 21, 2026, 1:00 PM Z
- Published Date: May 6, 2026
Contact Information
- Primary Contact: Dominick Warmbein
- Email: dwarmbein@bop.gov
- Phone: 605-665-3262 ext. 1112