Opportunity

SAM #15B41626PR000155

Replacement of Underground Fuel Tank with Above Ground Storage Tank and Fuel Dispensing System at FPC Yankton

Buyer

Federal Prison Camp Yankton

Posted

May 13, 2026

Respond By

May 27, 2026

Identifier

15B41626PR000155

NAICS

237120

This opportunity involves the Federal Bureau of Prisons (FBOP) at FPC Yankton seeking market research for a construction contract to upgrade its fuel storage and dispensing infrastructure: - Government Buyer: - Federal Bureau of Prisons (FBOP), FPC Yankton - Products and Equipment Requested: - One horizontal 3,000-gallon split compartment double-wall aboveground storage tank (UL 142 listed) - 500 gallons for diesel, 2,500 gallons for unleaded - Includes anchoring, vents, level gauge, anti-siphon valve, spill containment, leak detection, overfill prevention, electronic tank gauge, high-level alarm, field-mounted driver gauge, and graduated gauging rod - Two Gasboy 9823K-F Astra (or equal) fuel dispensers - Pulse output functionality, UL-listed hoses, breakaways, nozzles, dispenser sumps, entry boots - Calibrated and tested for Weights & Measures certification - Automated fuel tracking system with key fob reader and data entry terminal - Includes 30 unique vehicle key fobs and 2 general key fobs - Linked to controller in Garage Office and backup generator - Concrete-filled steel bollards for protection - Services Required: - Removal and decommissioning of existing underground fuel tank and dispenser system - Includes site assessment, soil sampling, and certified closure with the Department of Agriculture and Natural Resources (DANR) - Installation of reinforced concrete pad and fuel island - Pressure/leak testing and system calibration - Unique/Notable Requirements: - All equipment must meet UL 142 and NFPA 70 standards - Compliance with API RP 1604 and coordination with DANR - Contractor to provide all equipment, labor, materials, and incidentals - OEMs and Vendors: - Gasboy (referenced as standard for dispensers; "or equal" alternatives permitted) - NAICS code: 237120 (Oil and Gas Pipeline and Related Structures Construction) - Place of Performance: - FPC Yankton, 1016 Douglas Avenue, Yankton, South Dakota 57078

Description

THIS IS A SOURCES SOUGHT NOTICE. THIS NOTICE IS ISSUED FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT QUOTATIONS. A SYNOPSIS OF PROPOSED CONTRACT ACTION WILL BE POSTED AT A LATER DATE WHICH WILL PROVIDE INSTRUCTIONS FOR OFFERORS TO RESPOND TO THIS OPPORTUNITY.

PLEASE DO NOT RESPOND TO THIS NOTICE IF YOU ARE NOT SERIOUSLY INTERESTED AND IF YOU DO NOT PERFORM THIS REQUIREMENT. IT WILL DELAY THE POSTING OF THE SOLICITATION DUE TO FURTHER MARKET RESEARCH THAT WILL BE REQUIRED.

The Federal Bureau of Prisons (FBOP) anticipates issuance of a solicitation for the award of a firm-fixed price construction contract for a project entitled Above Ground Storage Tanks, at the Federal Prison Camp (FPC Yankton), located in Yankton, SD. FPC Yankton is located at 1016 Douglas Avenue, Yankton, South Dakota 57078. The project consists of the following:<!--TgQPHd|[]-->

The Federal Bureau of Prisons, FPC Yankton, intends to make a single award to a responsible entity that will provide all necessary equipment, labor, materials, and incidentals to replace an underground fuel tank with an above ground fuel tank and fuel dispensing system at the institution.<!--TgQPHd|[]-->

Work includes notifying the Department of Agriculture and Natural Resources (DANR) 30 days prior to removal, decommissioning the existing fuel dispenser system, and safely isolating and securing the fueling system. The contractor must de-energize and disconnect electrical wiring in compliance with NFPA 70, pump out and dispose of remaining fuel and residues per API RP 1604, and render the 2,500-gallon underground storage tank vapor-free. Demolition also requires excavating and disposing of the old tank, piping, and Gasboy pump, performing a certified site assessment with soil samples, and submitting results to DANR for a closure letter.<!--TgQPHd|[]-->

New work includes backfilling the excavation to 95% standard proctor density, grading for a new tank pad, and installing a 6-inch compacted stone base. The contractor will pour an elevated 6-inch thick, 4000 psi reinforced concrete pad with #4 rebar to support a new horizontal 3,000-gallon split compartment double-wall aboveground storage tank (500 gallons diesel, 2,500 gallons unleaded) that is UL 142 listed. The tank must be anchored and equipped with atmospheric and emergency vents, a level gauge, an anti-siphon valve, ground-level fill with spill containment, continuous leak detection, an overfill prevention valve, an electronic tank gauge with a high-level alarm, a field-mounted driver gauge, and a graduated gauging rod.<!--TgQPHd|[]-->

Additionally, the contractor will install a raised concrete fuel island pad and connect the tank to two new Gasboy 9823K-F Astra (or equal) fuel dispensers featuring pulse output functionality. This includes new UL-listed hoses, breakaways, nozzles, dispenser sumps, and entry boots. The dispensers must be calibrated, tested, and pass a Weights & Measures certification. The system must connect to a new automated fuel tracking system powered by a key fob reader and data entry terminal at the island, linked to a controller in the Garage Office and connected to the back-up generator. The contractor must supply 30 unique vehicle key fobs and 2 general key fobs. Finally, the contractor will perform pressure/leak testing and install protective concrete-filled steel bollards around the tank and dispensing area. FPC Yankton is a United States federal prison. See the Statement of Work/Specifications attachments for the complete requirements of the work.<!--TgQPHd|[]-->

The North American Industrial Classification System (NAICS) code applicable to this requirement is 237120 with a corresponding small business size standard of $45 million. To be considered an interested vendor, you must possess this NAICS code in your www.sam.gov registration. Interested offerors must be registered in sam.gov.

Interested vendors are requested to respond to this notice by filling out and emailing completed questionnaire attachment to Dominick Warmbein email: dwarmbein@bop.gov. Responses must be received no later than May 26, 2026. Interested vendors must also add their names to the Interested Vendors List for this posting in www.sam.gov Contract Opportunity (must be logged-in to your vendor account).

View original listing