SP-POL-PPS-Fueling System Repairs-Lambert Field
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 Army, USACE-Omaha District, is conducting market research via a Sources Sought notice for Fueling System Repairs at Lambert Field, Saint Louis, MO. This project involves replacing a 5,000-gallon diesel tank, providing secondary containment, and upgrading fueling system components. This is a Total Small Business Set-Aside. Responses are due by March 30, 2026.
Project Description & Scope of Work
This project entails comprehensive upgrades and repairs to the fueling system. Key components include:
- Tank Replacement: Replacing an existing 5,000-gallon diesel tank with a new 5,000-gallon double-wall UL-2085 tank.
- Secondary Containment: Constructing a trench drain connected via HDPE piping to a new remote containment basin with pump-out capability and rip rap at the outfall. Existing containment structures in the drain line area will be demolished.
- Fueling Area: Providing a reinforced concrete fueling area (parking pad) capable of accommodating fuel delivery and receiving vehicles, sloped towards the new trench drain. This includes asphalt removal and replacement for smooth transitions.
- Access Platform: Installing an access platform with handrails along the horizontal aboveground storage tank, including a 4'x4' reinforced concrete landing at the base of the stairs.
- System Upgrades: Replacing the EFSO system and upgrading the Ronan ATG console with a Veeder Root TLS-450, including a new MAG probe and manufacturer-recommended cable.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 237120 - Oil and Gas Pipeline and Related Structures Construction
- Estimated Project Magnitude: $1,000,000.00 to $2,000,000.00
- Estimated Solicitation Issue: April-May 2026
- Estimated Period of Performance: 410 calendar days from Notice to Proceed (NTP)
Submission Requirements
- Response Due: March 30, 2026, by 5:00 PM ET.
- Submission Method: Via PIEE or email to Brian.Reynolds@usace.army.mil and Monica.A.McKensey@usace.army.mil. The Sources Sought Notice Identification Number (
96cf9a1bb5144623936151e71af0c399) must be included in the subject line. - Required Information: Company Name, address, phone, point of contact, email, web address, CAGE Code, UEI, NAICS Code, SBA classification, SAM registration status, and details on prior government work or Joint Ventures.
- Prime Contractors Only: Submit a narrative (max 2 pages) detailing experience in similar construction projects, including company contact, CAGE, DUNS/EID, business size, teaming arrangements, project details (prime/sub, dates, references, cost, complexity), and bonding capability.
Key Capabilities Required
- Experience managing similar construction projects with strong leadership, quality control, and OSHA-compliant safety programs.
- Expertise in demolition, reinforced concrete work (pads, foundations, containment basins), excavation, trenching, and backfill.
- Skill in pavement removal, replacement, and integration with existing asphalt.
- Certifications and experience in installing UL 2085 aboveground fuel tanks, HDPE piping, and dispenser systems (PEI and NFPA standards).
- Capability to fabricate and erect OSHA-compliant steel access platforms and handrail systems.
- Licensed electricians with verifiable experience in fuel management and Veeder-Root TLS-450 Automated Tank Gauging (ATG) systems.
Additional Notes
This notice is for planning purposes only and does not constitute a Request for Proposal (RFP) or guarantee a future solicitation or contract award. The government will not respond to inquiries regarding the proposed solicitation at this time.