USCG KETCHIKAN VARIOUS TANKS REQUIRMENT
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 U.S. Coast Guard Base Ketchikan is soliciting proposals for various brand-new fuel storage tanks under a Combined Synopsis/Solicitation. This requirement includes 1,100-gallon skid tanks, 1,500-gallon saddle tanks, and dual-dispensing systems for diesel and gasoline. Proposals are due March 18, 2026.
Scope of Work
The requirement is for the provision of brand-new fuel storage tanks and associated equipment for the USCG Base Ketchikan, AK. This includes:
- 1,100-gallon double-wall UL-142 non-towable skid tanks with fork pockets, specific top fill, venting, mechanical leak/level indication equipment, and a turbine/dispenser package.
- 1,500-gallon UL 142 Double-Wall (DW) Saddle Tanks with OSHA-approved ladders, specific top fill, venting, and leak/level indication equipment.
- Dual-dispensing fuel tank systems comprising a 1,000-gallon diesel tank and a 500-gallon gasoline tank. Both are double-wall, cylindrical FIREGUARD® tanks with specific dimensions, saddles, bulkheads, leak gauges, emergency vents, and comprehensive pump, hose, and fill accessory packages. All products must be brand new. Equal and local manufacturers are acceptable, and tank appurtenances can be shipped loose for field assembly.
Contract & Timeline
- Type: Combined Synopsis/Solicitation
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 5430 - Storage Tanks
- Place of Performance: Ketchikan, AK 99901
- Proposal Due: March 18, 2026, by 23:00Z
- Published: February 13, 2026
Submission & Evaluation
Award will be made to the lowest priced technically acceptable/qualified contractor. Bidders must include all shipping costs to the required location (FOB DESTINATION ONLY) in their total amount. Quotes/Proposals must strictly adhere to all detailed specifications, including certifications (UL, ULC, CARB EVR) and the requirement for brand-new products. The award is contingent upon the availability of funded and signed award. Invoicing and payment will be processed electronically IAW FAR 52.212-4 and FAR 52.232-33, using Invoice Routing Code SILC PCB-2.
Contact Information
- Primary: Deno Stamos (deno.a.stamos@uscg.mil)
- Secondary: Contracting Officer Benjamin Reedy (benjamin.r.reedy@uscg.mil)