IDIQ ABOVEGROUND AND UNDERGROUND STORAGE TANK INSPECTION, TESTING, AND REPAIR SERVICES AT THE NAVAL SUPPORT ACTIVITY, CRANE, IN AND LAKE GLENDORA TEST FACILITY, SULLIVAN, IN

Location: Indiana
Posted: Oct 6, 2025
Due: Oct 14, 2025
Agency: DEPT OF DEFENSE
Type of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Solicitation No: N4008526R0006
Publication URL: To access bid details, please log in.
Follow
IDIQ ABOVEGROUND AND UNDERGROUND STORAGE TANK INSPECTION, TESTING, AND REPAIR SERVICES AT THE NAVAL SUPPORT ACTIVITY, CRANE, IN AND LAKE GLENDORA TEST FACILITY, SULLIVAN, IN
Active
Contract Opportunity
Notice ID
N4008526R0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Oct 06, 2025 02:31 pm EDT
  • Original Response Date: Oct 14, 2025 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 29, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H999 - OTHER QC/TEST/INSPECT- MISCELLANEOUS
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Crane , IN 47522
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The intention of this upcoming solicitation is to obtain all labor, supplies, materials, equipment, transportation, facilities, utilities, supervision and management (unless otherwise specified) required for Aboveground and Underground Storage Tank Inspection, Testing, and Repair Services. These tanks primarily contain petroleum and oil-based products (i.e. diesel fuel, fuel oil, gasoline, used oil, etc.) Services include, but are not limited to, Steel Tank Institute (STI) annual inspections; tank leak tightness testing; cathodic protection testing; leak detection system calibration/testing; storage tank equipment and fuel servicing equipment installation/repair; and all related incidental work. Work is to be performed at Naval Support Activity (NSA), Crane, IN and Glendora Lake Test Facility (located approximately 45 miles northwest of NSA Crane) in Sullivan, IN.



Work will be performed via an Indefinite Delivery-Indefinite Quantity (IDIQ) contract with both recurring and non-recurring services with a base period of one (1) 12-month period, and four (4) 12-month option periods.



Recurring services will include:




  • Annual Tank Leak Tightness Tests (40 CFR 280 Tanks)

  • Annual Tank Leak Tightness Tests (40 CFR 264 Tanks)

  • Annual Cathodic Protection Tests

  • Annual Veeder Root Tests

  • Annual Pollulert Test

  • Annual STI-SP001 Inspections (55 gal – 9,999 gal ASTs)

  • Annual STI-SP001 Inspections (10,000 gal – 25,000 gal ASTs)

  • Annual Operation & Maintenance Walkthrough Inspections

  • Annual Spill Prevention & Overfill Prevention Equipment tests

  • Annual Spill Prevention (containment sump for tank pump) tests

  • Annual Spill Prevention (dispenser containment sump) tests

  • Monthly inspections of regulated USTs

  • Monthly inspections of 40 CFR 112 ASTs

  • Monthly inspections of portable containers

  • Monthly inspections of ammunition burning ground (ABG) USTs

  • Tank Program Meetings and Technical Assist Visits

  • Service Call Responses



Non-recurring services will include:




  • Conducting Pressure Testing (Generator Base Tanks)

  • Conducting Pressure Testing (55 gal - 9,999 gal ASTs)

  • Conducting Pressure Testing (10,000 gal - 25,000 gal ASTs)

  • Conducting STI-SP001 Formal External Inspections

  • Additional labor, materials, and equipment for repairs not covered within other ELINs



All AST tank inspections, testing, and repair services must be completed by a Steel Tank Institute (STI) Certified (STI SP001) AST Inspector. Veeder Root inspection, testing, and repair must be completed by Veeder Root Level 2 or Level 3 certified personnel or the most current applicable certification. UST inspections, testing and repairs must be completed by personnel with applicable Indiana Department of Environmental Management (IDEM) (or State of Indiana authoritative department) licenses. Services shall also be performed in accordance with applicable STI, American Petroleum Institute (API), Petroleum Equipment Institute (PEI), NFPA 30/30A practices, standards and codes.



The NAICS code is 541380 Testing Laboratories. The Small Business Standard Size is $19,000,000.00.



Under Federal Acquisition Regulations (FAR) guidelines, the prime contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded.



Sources are sought from 8(a) Region V firms; Veteran Owned Small Businesses (VOSB); Service Disabled Veteran Owned Small Businesses (SDVOSB); Historically Underutilized Business Zone (HUBZone) concerns; Woman-Owned Small Business (WOSB) concerns, or small businesses. The intent is to issue a solicitation on a set aside basis for 8(a) Region V businesses, SDVOSB, VOSB, HUB Zone concerns, WOSB, or small business concerns. The type of set-aside to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of contractors. Failure to submit all information requested below will result in a contractor not being considered as an interested 8a Region V business, VOSB, SDVOSB, HUBZone concern, WOSB, or small business concern. If an adequate number of qualified responses is not received from these businesses, then the Government will issue the solicitation as an unrestricted procurement.



The government anticipates that the solicitations will be released on or about 01 November 2025 with proposals due a minimum of 30 calendar days after the solicitation is released. In accordance with FAR 5.102(a) (7) availability of the solicitation will be limited to the electronic medium and the Government will NOT provide copies. The Solicitation once issued will be available for download free of charge via the Internet at: https://piee.eb.mil. The posting on sam.gov is only for the notification of Contract Opportunities. ALL PROPOSALS SHALL BE SUBMITTED VIA THE INTERNET AT: https://piee.eb.mil. ALL APPLICANTS ARE REQUIRED TO REGISTER PRIOR TO PROPOSAL SUBMISSION.



The registration for PIEE website is in the right-hand corner of the PIEE homepage: https://piee.eb.mil/ Once registered you can view all the trainings (PDF instructions, and videos) at this site if you need them



https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml



If you need additional assistance please call 866-618-5988 which is PIEE website support.



Offerors are required to submit price proposals and related proposal requirements electronically via the Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE) website.



Department of Defense (DoD) training is available at https://dodprocurementtoolbox.com/sitepages/solicitationmodule.



Additional Web Based Training is available at https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml



Offerors shall allow adequate time to upload files which may be slower for non-DoD users and to avoid other technical difficulties that may be encountered. Offerors are also responsible for submitting files in the format specified and consistent with requirements stated elsewhere in this solicitation. Files that cannot be opened, or are otherwise missing, the required content are the responsibility of offerors.



All offerors are required to register in the System for Award Management (SAM) database in accordance with FAR 52.204-7(b) (1). It will take approximately 12-15 business days after a contractor submits the required information for the SAM account to become active and the contractor to be registered. Contractors are required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract. LACK OF REGISTRATION IN THE SAM DATABASE PRIOR TO THE PROPOSAL DUE DATE WILL MAKE THE OFFEROR INELIGIBLE FOR AWARD. Interested offerors not already registered in the SAM database are highly encouraged to do so. The website address for the SAM database is: https://www.sam.gov. Registration in SAM is free.



STATEMENT OF QUALIFICATIONS: Interested 8(a) Region V Businesses, VOSB, SDVOSB, HUBZone concerns, or WOSB, shall indicate their interest to the Contracting Officer in writing by providing a Statement of Qualifications. The Statement of Qualifications shall include the following information: (a) a copy of the certificate issued by the SBA of your qualifications as a 8(a) Region “V” contractor, HUBZone concern, or WOSB concern; VOSB and SDVOSB must also provide documentation of their status, (b) describe your partnering, teaming or joint venture intentions, if any, (c) a positive statement of your intention to submit an offer for this solicitation as a prime contractor, (d) evidence of experiences in the past three years in work similar in type, size, scope, and complexity to include contract numbers, project titles, dollar amounts, and points of contact, along with telephone numbers, and (d) provide a brief description of work capabilities including proof of possessing or plans for obtaining the required certifications.



All contractual and technical inquires shall be submitted via electronic mail to melissa.l.willis4.civ@us.navy.mil.



Receipt of potential offeror’s Statement of Qualifications shall be sent via e-mail to Melissa Willis at melissa.l.willis4.civ@us.navy.mil shall be received no later than 2:00 PM (EDT) on 14 October 2025.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 06, 2025 02:31 pm EDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.