Replace Fuel Tanks at building 2096

SOL #: W912D026Q0098Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
0413 AQ HQ CONTRACT
FORT WAINWRIGHT, AK, 99703-0510, United States

Place of Performance

Fort Wainwright, AK

NAICS

Commercial and Institutional Building Construction (23622)

PSC

Repair Or Alteration Of Office Buildings (Z2AA)

Set Aside

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

Timeline

1
Posted
Apr 13, 2026
2
Last Updated
Apr 14, 2026
3
Submission Deadline
May 16, 2026, 9:00 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 Army is soliciting proposals for the replacement of fuel tanks at Building 2096 at Fort Wainwright, Alaska. This combined synopsis/solicitation is a 100% Total Small Business Set-Aside for qualified firms under NAICS 236220. The project involves the demolition of existing tanks and installation of new 500-gallon diesel and MOGAS tanks, along with associated site improvements and electrical work. Offers are due May 16, 2026, at 1:00 PM AST.

Scope of Work

The project entails the comprehensive replacement of fuel tanks at Building 2096. Key tasks include:

  • Demolition: Removal of existing 300-gallon diesel and gasoline fuel tanks and associated infrastructure.
  • Site Preparation: Excavation for a new concrete pad (8' x 12'-6"), clearing, grubbing, and protection of existing utilities.
  • Installation: Installation of new 500-gallon Diesel and 500-gallon MOGAS double-wall, fire-resistant, protected fuel tanks.
  • Infrastructure: Installation of power conduits, pole area lighting, emergency fuel shut-off buttons, new pole-mounted lights, a personnel gate, signage, and bollards.
  • Restoration: Topsoil and seeding of disturbed areas.
  • Environmental Management: Adherence to detailed environmental requirements for construction, demolition, and renovation, including erosion and sediment control, hazardous waste management, solid waste reporting, and field screening of excavated soil for contamination using a Photoionization Detector (PID).
  • Safety: Compliance with NFPA, OSHA, Federal standards, EM 385-1-1, and submission of a Site Safety and Health Plan (SSHP). Lightning protection systems must meet NFPA 780 standards.

Contract Details

  • Contract Type: Fixed Price Contract (Combined Synopsis/Solicitation for commercial items).
  • Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 236220 (Commercial and Institutional Building Construction), Size Standard: $41,000,000.00.
  • Period of Performance: Work to commence within 10 days of Notice to Proceed (NTP) and be 100% complete within 220 days of NTP.
  • Funding: Funds are not presently available; award is contingent upon appropriation.

Key Requirements & Deliverables

  • Technical Specifications: Offers must include complete and detailed technical specifications for government evaluation.
  • Submittals: A comprehensive Submittal Register (Attachment 4) outlines required SOW-related, technical, drawing, and Division 01 submittals, including schedules, quality control plans, environmental protection plans, shop drawings, product data, and as-built drawings.
  • BUILDER System: Contractors must adhere to specific data capture requirements for the BUILDER system, including listing removed/installed equipment, physical tagging, item grouping, location identification, and photography (Attachments 5, 6, 7).
  • Waste Management: Strict adherence to manifest requirements and procedures for disposal of regulated, non-regulated, and recycled waste (Attachment 15), and solid waste reporting via SWARWeb (Attachment 14).
  • Site Logistics: Requirements for a Contractor Laydown Area are specified (Attachment 9).

Evaluation & Submission

  • Evaluation Criteria: Proposals will be evaluated based on total price and adherence to all solicitation requirements. Incomplete submissions or failure to provide adequate technical details may result in disqualification.
  • Proposal Format: Offerors must complete the Price Proposal Schedule (Attachment 3) and Enclosure 1 - Cost Estimate Breakdown Summary Sheet.
  • Offers Due: May 16, 2026, at 1:00 PM AST.
  • Submission Method: Via email only to abdullah.o.mustapha.civ@army.mil or Jefferey.a.morgan.civ@army.mil.
  • Late Offers: Will not be considered.

Site Visit & Questions

  • Site Visit: A site visit will be conducted on April 16, 2026, at 10:00 AM AST at Fort Wainwright Building 2096. RSVP by April 9, 2026, 1:00 PM AST to abdullah.o.mustapha.civ@army.mil.
  • Questions Due: All questions must be submitted via email by May 4, 2026, at 5:00 PM AST to the contracting contacts. A Q&A will be posted if required.

Important Notes

  • SAM Registration: Contractors MUST be registered in the System for Award Management (SAM) at http://www.sam.gov at the time of quote submission.
  • Exceptions: Offerors taking exception to any requirements must provide a clear explanation, benefit to the Government, and impact assessment.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 13, 2026