Water Tower Storage Repair & Maintenance
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 USDA Agricultural Research Service (ARS) is soliciting quotations for Water Tower Storage Repair & Maintenance at its Kearneysville, WV facility. This is a Total Small Business Set-Aside opportunity, issued as a Request for Quotation (RFQ) under FAR Part 12. The project involves comprehensive repairs and maintenance for a 100,000-gallon water storage tank. Offers are due by May 20, 2026, at 10:00 AM local time.
Scope of Work
The primary objective is to establish a comprehensive repair and maintenance program for the 100,000-gallon Water Storage Tank at the Appalachian Fruit Research Station (AFRS) in Kearneysville, WV. This includes ensuring compliance with OSHA, State, and Federal requirements and restoring the tank to safety standards. Key tasks involve:
- OSHA-required repairs: Installing safety devices and handrails.
- Critical repairs: Interior cleanout.
- Non-critical repairs: Installing flapper valve and anti-vortex assembly.
- Preventative maintenance: Cleaning anchor bolts, replacing nuts, pressure washing, applying paint, and installing cathodic protection.
- Cleaning and housekeeping to minimize overspray and restore potable water standards.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (RFQ).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 237110 - Water and Sewer Line and Related Structures Construction (Small Business Size Standard: $45M).
- Period of Performance: 90 days after award for all repairs and maintenance tasks.
- Published Date: April 22, 2026.
- Questions Due: May 8, 2026, by 10:00 AM Central Time.
- Mandatory Site Visit: May 6, 2026, at 10:00 AM local time. Registration required by May 5, 2026.
- Offer Due Date: May 20, 2026, by 10:00 AM local time.
- Offer Acceptance Period: 60 calendar days.
Submission & Evaluation
- Submission Method: Emailed offers to kelly.wright@usda.gov with the subject line "RFQ 1232SA26Q0514".
- Evaluation Method: Lowest Priced Technically Acceptable (LPTA).
- Eligibility: Offerors must be registered in SAM at the time of solicitation closing.
- Bid Bond: Required for offers of $35,000 or more (not less than 20% of proposed price, not to exceed $3,000,000).
Attachments & Notes
- Attachments: Scope of Work (SOW), Wage Determinations (Building WV20260037 and Heavy WV20260068), and Support Drawings detailing structural, mechanical, and electrical requirements.
- Site Visit: Mandatory for all offerors. Attendees must be employed by the prime contractor. Registration is required.
- Wage Determinations: Bidders must use the provided wage determinations to accurately estimate labor costs and ensure compliance with federal labor standards.
- Specifications: Support drawings include detailed specifications for materials (e.g., paint, steel) and standards (e.g., SSPC-SP-10).
- This solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov.