Fuel Tank Repair and Maintenance -Seymour Johnson AFB, NC
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 USACE-Omaha District is conducting a Sources Sought (W9128F26SM007) to identify capable firms for Fuel Tank Repair and Maintenance at Seymour Johnson AFB, NC. This market research aims to determine industry capacity for an upcoming procurement involving two vertical aboveground storage tanks. The project is estimated to be between $5 Million and $10 Million. Responses are due February 20, 2026.
Project Description
This project involves comprehensive repairs and maintenance for two vertical aboveground storage tanks (Facility 10241 and 10242) at Seymour Johnson AFB, NC. All work must comply with American Petroleum Institute (API) 653 and applicable design criteria, with the DoD Aboveground Storage Tank (AST) Standard AW 78-24-27 governing in case of conflict. The contractor will be responsible for obtaining all necessary permits and adhering to state regulations.
Scope of Work
Key tasks include, but are not limited to:
- Replacing tank bottom perimeters and performing hydrostatic tests.
- Repairing issue piping, low suction piping, and replacing thermal relief lines.
- Removing mechanical tape gauges and replacing tank level arms.
- Repairing tank stairs, water draw-off systems, and providing stilling wells.
- Repairing floating pans, replacing internal ladders, and inspection hatches.
- Replacing tank chime sealant, repairing containment areas and tank grounding.
- Providing scaffold supports, replacing wiper seals, and repairing cathodic protection.
- Providing tank data plates, tank strapping charts, and repairing tank coatings.
- Delivering a final API 653 inspection report.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 237120 – Oil and Gas Pipeline Related Structures Construction
- Estimated Magnitude: $5 Million to $10 Million
- Period of Performance: 450 calendar days from construction Notice to Proceed (NTP)
- Estimated Solicitation Issue Date: To Be Determined (TBD)
- Response Due: February 20, 2026, by 1200 Mountain Time
- Published: February 6, 2026
Eligibility & Submission Requirements
- Set-Aside: None specified (market research stage to assess industry capabilities, including small businesses). Small businesses are reminded of FAR 52.219-14(c)(1) limitations on subcontracting.
- Respondents: POTENTIAL PRIME CONSTRUCTION CONTRACTORS ONLY with a single-job bonding capability of at least $5 Million.
- Submission: Email responses (max 5 pages) demonstrating experience in similar construction projects.
- Required Information: Company details (name, address, POC, email, web), CAGE, UEI, NAICS, business size classification (Small, SDB, SDVOSB, 8(a), WOSB, HUBZone, or large), SAM registration, previous federal work, teaming arrangements, similar project details (Prime/Sub, dates, references, cost, complexity), and bonding capability (performance and payment bonds).
Additional Notes
This notice is for planning purposes only and does not constitute a Request for Proposal or guarantee a future solicitation. The government will not respond to inquiries at this time. Telephone inquiries will not be accepted.