Opportunity

SAM #FA461326R0005

Removal and Disposal of Underground Storage Tank at Launch Facility E-10, Laramie County, WY

Buyer

No official U.S. federal government entity found

Posted

April 14, 2026

Respond By

April 30, 2026

Identifier

FA461326R0005

NAICS

562910, 238910, 236220

This opportunity involves the removal and disposal of an underground diesel fuel storage tank at Launch Facility E-10 in Laramie County, Wyoming, for the U.S. Air Force's 90th Contracting Squadron at FE Warren Air Force Base. - Government Buyer: - U.S. Air Force, 90th Contracting Squadron (90 CONS PK), FE Warren Air Force Base - 90 Civil Engineer Squadron/Missile Engineering Flight (90 CES/CEM) - OEMs and Vendors: - No specific Original Equipment Manufacturers (OEMs) or vendors are named in the solicitation - Products/Services Requested: - Removal and disposal of a 4,000-gallon double-wall fiberglass underground diesel fuel storage tank (TK101) and associated components - Includes removal of tank, spill bucket, Veeder-Root tubing, fill and vent tubes, sludge disposal, capping lines, and filling the void - No replacement of tank or components required - All necessary labor, materials, equipment, and transportation for tank removal and disposal - Unique or Notable Requirements: - 100% Small Business Set Aside (NAICS 236220) - Compliance with NIST SP 800-171 or CMMC Level 2 cybersecurity standards - Bid guarantee of 20% of proposed price required - Performance and payment bonds required - Compliance with Davis Bacon Act Wage Determination (HEAVY construction) - Registration in SAM.gov mandatory - Detailed cost estimate breakdown required - Adherence to all safety and hazardous material authorization requirements - Project magnitude estimated between $100,000 and $250,000 - Period of performance is 90 calendar days, with possible suspension/resumption for winter weather

Description

This is a Combined Synopsis/Solicitation for simplified acquisition of a commercial construction requirement below SAT. This announcement constitutes the only solicitation/notice, responses/proposals are being requested, and further written solicitation will not be issued. This solicitation will be solicited as a 100% Small Business Set Aside on SAM.gov. The 90th Contracting Squadron is issuing this requirement under FAR Part 12 Acquisition of Commercial Products and Commercial Services, and FAR Part 36Construction and Architect and Engineer Contracts. The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2026-01 published 13 March 2026, and Defense Federal Acquisition Regulation Supplement(DFARS) published 10 November 2025. Revolutionary FAR Overhaul is constantly changing, reference https://acquisition.gov/far-overhaul for most up to date information. Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. It shall demonstrate the ability to provide the required services in accordance with the Statement of Work (SOW).

1. Refer to to the above project to include all contract materials and workmanship to be supplied and performed Attachment 1 Statement of Work (SOW) dated 17 Feb 2026in accordance with existing contract standards, codes, practices and specifications. Refer to Attachment 2 AF Form 66 for submittals and Attachment 4 for Hazmat Authorization.

2. Company shall be registered in SAM.gov and fit the small business size standard of the solicited NAICS. Awardee shall be registered in SAM, no active exclusions, no Termination for Causes in the past six months and acceptable supplier risk profile in SPRS module. A score in the NIST SP 800-171 (if below 110 a plan of improvement is . Please fill out to have required with proposal) or Level 2 in CMMC of SPRS is required to obtain the Attachment 3 CUI DrawingsAttachment 3 MFR CUI Control & Receipt your assessment score checked (NIST SP 800 or CMMC Level 2) and if compliant, obtain the necessary CUI Map Layout to fully understand the scope of the project. If needing access to NIST SP 800 assessment, please refer to Attachments 3a - 3c.

3. The site visit is on Tuesday, 21 April 2026 at 9:00 am MT. Offeror shall request a site visit no later than 11:00 am MT on Friday, 17 April 2026 via emailing Ms. Liezel Personnel who request the site visit will be contacted on 18 April 2026. Projected attendees will be provided instructions at that time. McIntyre at liezel.mcintyre@us.af.mil. Review Attachment 5 for the 90 MW Contractor Safety Guide.

4. Questions are due to 90 CONS by 11:00 am MT, Wednesday, 22 April 2026. Submit questions via email only to Ms. Liezel McIntyre at liezel.mcintyre@us.af.mil.

5. The Davis Bacon Act Wage Determination applies, classification for this project is "HEAVY", refer to Attachment 6 Wage Determination for WY2026-0042 published 2 Jan 2026.

6. , The amount of bid guarantee shall be 20% of total proposed A Bid Guarantee is requiredplease submit Attachment 7 SF 24 Bid Bond Form, along with your proposal.price.

7. The magnitude for this requirement is between $100,000 to $250,000. Bonding: The contractor shall provide bonding IAW RFO 28.102 Performance and Payment Bonds and Alternative Payment Protections for Construction Contracts, within 10 calendar days of award.

8. This solicitation, along with is also to be submitted with the proposal. Highlight breakdown of materials and labors per each Attachment 8 Cost Estimate Breakdown,division applicable.

9. Submit proposal to this Solicitation responses shall be RFP no later than 11:00 am MT on Thursday, 30 April 2026 by emailing proposals to liezel.mcintyre@us.af.mil. sent via electronic means only (emailed only; mailed, hand-carried or faxed proposal shall not be accepted). Offers shall have a valid date of 60 calendar days from day of proposal receipt. Late offers shall not be accepted once solicitation has ended.

10. Your proposal shall include acknowledgement/signature of page 1 of the solicitation and corresponding amendments. If NIST SP Score is less than 110, include a plan of action to attain 110 basic assessment score, as part of your proposal.

View original listing