Fuel Tank Annual Inspection

SOL #: N4008526R0166Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Colts Neck, NJ

NAICS

Testing Laboratories and Services (541380)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Materials Handling Equipment (J039)

Set Aside

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

Timeline

1
Posted
May 11, 2026
2
Submission Deadline
Jun 9, 2026, 2:00 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 Navy / NAVFACSYSCOM MID-ATLANTIC is soliciting proposals for Annual Fuel Tank Inspection, Maintenance, and Repair Services at Naval Weapons Station Earle, Colts Neck, NJ. This effort, valued at an estimated $12.5 million, aims to ensure environmental compliance and maintain the integrity of aboveground (ASTs) and underground storage tanks (USTs). This is a Total Small Business Set-Aside. Proposals are due June 9, 2026.

Scope of Work

The contractor will perform:

  • STI SP001 periodic annual inspections for approximately 40 shop-fabricated ASTs.
  • Annual compliance evaluations for one UST, including leak detection and overfill prevention checks.
  • Repair of identified deficiencies, such as AST closures, gauge/monitoring equipment installation, and sump penetration fittings.
  • Routine preventative maintenance on tanks and associated equipment.
  • Provide certified training for one US Government member annually on the Tank Managers Course.

The work requires adherence to federal, state, and local regulations, including NFPA, API, STI, EPA, OSHA, and EM 385-1-1. Key personnel, including a Project Superintendent, Quality Control Manager, and Site Safety & Health Officer, are required. Required certifications include STI/SPFA (SP001), Cathodic Protection (CP), and Tank Integrity Management (TIM).

Contract & Timeline

  • Type: Indefinite Quantity Indefinite Delivery (IDIQ) with Firm Fixed Price (FFP) line items.
  • Estimated Value: $12,500,000.00
  • Period of Performance: June 30, 2026, to June 29, 2031 (including option periods).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Site Visit: May 21, 2026, at 10:00 AM local time. Access requests are due by May 19, 2026, to Frank Harrison (frank.b.harrison.civ@us.navy.mil).
  • Proposals Due: June 9, 2026, at 10:00 AM local time.
  • Published: May 11, 2026.

Submission & Evaluation

Proposals must be submitted electronically via email to Jessica Mercurio (jessica.a.mercurio.civ@us.navy.mil) and Joseph Henrius (joseph.p.henrius.civ@us.navy.mil). The source selection will be Lowest Price Technically Acceptable (LPTA), evaluating Price, Technical Acceptability (Experience/Credentials), and Past Performance (satisfactory or better in the past three years).

Special Requirements

Offerors must be registered in SAM.gov and possess required certifications such as STI/SPFA (SP001), Cathodic Protection (CP), and Tank Integrity Management (TIM). Comprehensive insurance coverage is mandatory. A site inspection is strongly recommended.

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 11, 2026