Removal of Underground Storage Tank at Launch Facility E-10 (Laramie County, WY)
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 Department of the Air Force, 90th Contracting Squadron, is soliciting proposals for the removal of an underground diesel fuel storage tank (UST) and associated components at Launch Facility E-10 (LF E-10), located in Laramie County, Wyoming, under the control of F.E. Warren Air Force Base. This is a 100% Small Business Set-Aside for a Firm Fixed-Price construction contract, with an estimated magnitude between $100,000 and $250,000. Proposals are due by April 30, 2026.
Scope of Work
The project involves the removal and disposal of a 4,000-gallon double-wall fiberglass underground diesel fuel storage tank, spill bucket, Veeder-Root tube, fill tube, vent, and associated components. This includes the removal and disposal of any sludge within the UST and spill bucket, capping of lines from the UST to the Launch Support Building (LSB), and filling the void area left after removal. The existing tank will not be replaced. Contractors must comply with all applicable local, state, and federal regulations, coordinate with 90 CES/CEI Environmental Program Manager and 90 CES/CEM Inspector(s), and obtain necessary permits (e.g., AF Form 103 Dig Permit, AF Form 592 Hot Work Permit). Safety is the contractor's sole responsibility, adhering to the 90 MW Contractor Safety Guide.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) construction.
- Period of Performance: 90 calendar days from the Notice to Proceed.
- Magnitude: $100,000 to $250,000.
- Set-Aside: 100% Small Business Set-Aside.
- Bonds: A 20% Bid Guarantee (SF 24) is required with the proposal. Performance and Payment Bonds (100% of contract price) are required within 10 calendar days of award.
- Wage Rates: The Davis Bacon Act Wage Determination WY2026-0042 (HEAVY classification) applies.
Eligibility & Cybersecurity Requirements
Offerors must be registered in SAM.gov and meet the small business size standard for NAICS Z2NA (Repair Or Alteration Of Fuel Supply Facilities). Cybersecurity compliance is mandatory: Offerors must have a NIST SP 800-171 Assessment or CMMC Level 2. If the NIST SP score is below 110, a plan of action to attain 110 must be included with the proposal. Access to Controlled Unclassified Information (CUI) requires demonstrated compliance with DFARS 252.204-7021 and a CMMC assessment in SPRS with a NIST SP 800-171 score of 110 (or action plan).
Key Dates & Submission
- Site Visit: Tuesday, April 21, 2026, at 9:00 am MT. Request attendance by Friday, April 17, 2026, 11:00 am MT, via email to Ms. Liezel McIntyre (liezel.mcintyre@us.af.mil).
- Questions Due: Wednesday, April 22, 2026, 11:00 am MT, via email to Ms. Liezel McIntyre.
- Proposals Due: Thursday, April 30, 2026, 11:00 am MT, via email to Ms. Liezel McIntyre.
- Offer Acceptance Period: 60 calendar days from proposal receipt.
- Required Proposal Submittals: Acknowledged solicitation, SF 24 Bid Bond, Cost Estimate Breakdown (Attachment 8), and a NIST SP action plan if applicable.
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Technical evaluation will assess the Work Plan for understanding of requirements and ability to complete the project within the SOW and 90-day PoP, along with a Performance Element cost breakdown. Price will be evaluated based on the total proposed price.