Opportunity
SAM #W912D026Q0098
U.S. Army Solicitation: Replacement of Fuel Tanks at Building 2096, Fort Wainwright, Alaska
Buyer
413th CSB Contracting Office
Posted
April 13, 2026
Respond By
May 16, 2026
Identifier
W912D026Q0098
NAICS
23622, 236220, 237120, 238190, 238290, 562910
This opportunity from the U.S. Army at Fort Wainwright, Alaska, seeks a contractor for the comprehensive replacement of fuel tanks at Building 2096. - Government Buyer: - U.S. Army, Directorate of Public Works (DPW), Fort Wainwright, Alaska - Contracting managed by the Fort Wainwright Contracting Office and U.S. Army Corps of Engineers - OEMs and Vendors Mentioned: - Greer Tank (fuel storage tanks) - GPI (fuel pumps and dispensers) - OPW (automatic fuel nozzles) - Arctic Fire & Safety, Johnson Controls (fire extinguisher services) - Products and Equipment Requested: - Removal of existing 300- and 500-gallon aboveground diesel and gasoline tanks - Installation of new 500-gallon Greer Tank STI Fireguard double-wall UL 2085 aboveground tanks (part numbers D-2096 and M-2096) - GPI GPRO V20-115RD-N08 fuel pump (20 GPM, 1/3 HP, 115V) - GPI QM40-G8N-RD remote dispenser - OPW 11B-0100-XC (diesel) and OPW 11BP-0400-XC (gasoline) automatic fuel nozzles - Concrete pad, anchor bolts, electrical systems, signage, and safety features - Factory-fabricated double-wall steel tanks with 30-year warranty, tank gauges, and dispensing units - Services Requested: - Demolition and removal of old tanks - Excavation (including handling up to 100 cubic yards of contaminated material) - Installation, testing, and commissioning of new tanks and systems - Project management, quality control, environmental compliance, and safety planning - Operations and maintenance training for government personnel - Fire extinguisher inspection and maintenance - Solid waste reporting and management - Unique or Notable Requirements: - Tanks must meet UL 2085 and UL 142 standards, be double-wall, and include seismic anchoring - Compliance with UFC, NFPA, and federal environmental regulations - Coordination with Doyon Utilities for temporary and permanent utilities - Construction waste diversion goal of 60% - Prohibition of certain telecommunications equipment per NDAA Section 889 - Detailed submittals, as-built drawings, and warranty documentation required - Award is contingent on appropriated funds - Place of Performance and Delivery: - All work at Fort Wainwright, Alaska, specifically Building 2096 - Contracting office and government facilities also located at Fort Wainwright - Quantities: - 1 each of diesel and gasoline tanks (500 gallons each) - 1 each of fuel pump, remote dispenser, and automatic nozzles - Up to 100 cubic yards of contaminated material handling - Period of Performance: - Work to begin within 10 days of Notice to Proceed and be completed within 220 days - 1-year warranty on workmanship and materials; tanks require a 30-year warranty
Description
Amended Combined Synopsis Site Visits Date, Questions/RFI Date and Final Proposal Date.
COMBINED SYNOPSIS/SOLICITATION:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation is attached. Solicitation DPW-24035-4J Replace Fuel Tanks at Building 2096 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2025-06, effective date 01 October 2025. This requirement is set aside 100% Small Business. North American Industry Classification System Code (NAICS) is 236220, with a size standard of $41,000,000.00
All qualified Small Businesses under this industry are encouraged to submit quotations.
Description of Requirement: 1 (Each) – Replace Fuel Tanks at building 2096 - Delivery to Fort Wainwright, Alaska 99703.
See attachments 1-16 for additional details.
All quotes will be evaluated in accordance with the evaluation procedures described in this solicitation.
***Offers must include complete and detailed technical specifications to enable the Government's evaluation and determination of technical acceptability. Incomplete submissions or failure to provide adequate technical details may result in the offer being deemed technically unacceptable and removed from consideration.
Quotes must include estimated delivery date, SAM Unique ID Number, CAGE Code, and Tax Identification number.
***Funds are not presently available for this acquisition. No contract award will be made until Appropriated funds are made available.
REFERENCES:
The following publications are available electronically at https//www.acquisition.gov/
Federal Acquisition Regulation (FAR)
Defense Federal Acquisition Regulation Supplement (DFARS)
SPECIAL INSTRUCTIONS:
All contractors MUST be registered in the System for Award Management (SAM) http://www.sam.gov database at the time of submission of quotes.
QUESTIONS DUE DATE AND TIME:
All questions concerning this solicitation shall be sent via email to: abdullah.o.mustapha.civ@army.mil or Jefferey.a.morgan.civ@army.mil by 4 May 2026 at 5:00 PM AST.
A question and answer (Q&A) will be posted, if required, approximately 2 business days after all questions have been received.
SITE VISIT:
A site visit will be conducted on 27 April 2026 at 08:30 AM AST at Fort Wainwright Alaska building 2096. If planning to attend, please contact the Fort Wainwright Contracting Office at abdullah.o.mustapha.civ@army.mil or by 9 April 2026 at 1:00 PM AST for instructions site visit attendance.
All Questions and RFI’s Due 11 May 2026
OFFER DUE DATE AND TIME:
Offers are due 1 June 2026 at 1:00 PM AST.
RECIPET OF OFFERS:
Offerors MUST provide quote via e-mail only to abdullah.o.mustapha.civ@army.mil or or Jefferey.a.morgan.civ@army.mil.
LATE OFFERS:
Offerors are responsible for submitting quotations, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations or modification of quotations received at the e-mail address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)).
PROPOSAL FORMAT
Offerors shall complete the Price Proposal Schedule identified as Attachment 3 at the end of this letter, and submit with the corresponding proposal documentation. Also, the offeror shall complete the provided Enclosure 1 - Cost Estimate Breakdown Summary Sheet which provides a complete breakdown of the proposal to include materials, labor, equipment, overhead, profit, bonds, tax, etc.
SUBMISSION INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFEROR:
(INSTRUCTIONS RESPONDING TO SOLICITATION)
Solicitation responses will be evaluated using the criteria prescribed in paragraph “Evaluation Criteria/Basis for Award.” Noncompliance with the solicitation requirements may hamper the Government’s ability to properly evaluate the proposal and may result in elimination of the proposal from further consideration for Task Order award. The proposal submission instructions are designed to provide general guidance for preparing responses as well as providing specific instructions on proposal/response organization, format, and content. Offerors should include all documents and information requested in the format provided in these instructions. Offerors are cautioned to follow the instructions carefully, as the Government reserves the right to make an award based on initial responses received without discussion of such response. The submission of the documentation specified below will constitute the offeror's acceptance of the terms and conditions of the solicitation, concurrence with the SOW, and contract type. If an offeror believes that the requirements in these instructions contain an error, an omission, are overly ambiguous, and/or are otherwise deemed unsound, the offeror shall immediately notify the KO in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on initial proposals, as received. If the offeror finds it necessary to take exception to any of the requirements specified in this solicitation, the offeror shall clearly identify the applicable section and exceptions with a complete explanation of why the exception was taken, what benefit accrues to the Government (if any), and its impact(s), if any, on the performance, schedule, cost, and specific requirements of the solicitation. Each exception shall be specifically related to each paragraph and/or specific part of the solicitation to which the exception is taken. This information shall be provided in the format below. Offerors are cautioned that exceptions in their proposal to the solicitation requirements may render their proposal ineligible for award.
EVALUATION CRITERIA/BASIS OF EVALUATION:
The government will evaluate the proposal based on the total price and adherence to the requirements of Solicitation. In the event of a combination of Base items and Option items, evaluation of price will be for the identified Grand Project Total as identified on Attachment 3 – Price proposal schedule which consists of the offeror’s identified pricing for all base and option items. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price:
Comparison of proposed prices received in response to the RTOP. Comparison of proposed prices with the Independent Government Cost Estimate (IGCE). Comparison of proposed prices with available historical information. Comparison of market survey results. Comparison of components with the RS Means Estimating Guide.
CONTRACTING OFFICE CONTACT INFORMATION:
All offers and questions pertaining to this solicitation shall be sent by email to the following email address: abdullah.o.mustapha.civ@army.mil or Jefferey.a.morgan.civ@army.mil