Skip to content
Department of Defense

Fuel Tank Repair and Maint- Joint Base Elmendorf-Richardson

Solicitation: W9128F26FSM008
Notice ID: d1164c230aee4fda959094dd96258925
TypeSources SoughtNAICS 237120PSCY1GCDepartmentDepartment of DefenseAgencyDept Of The ArmyStateAKPostedFeb 06, 2026, 12:00 AM UTCDueFeb 20, 2026, 07:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AK. Response deadline: Feb 20, 2026. Industry: NAICS 237120 • PSC Y1GC.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$546,655,675
Sector total $546,655,675 • Share 100.0%
Live
Median
$97,181
P10–P90
$33,967$992,402
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($546,655,675)
Deal sizing
$97,181 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AK
Live POP
Place of performance
Alaska • 99506 United States
State: AK
Contracting office
Omaha, NE • 68102-4901 USA

Point of Contact

Name
Phillip Wickham
Email
Phillip.L.Wickham@usace.army.mil
Phone
Not available
Name
Jessica Beckman
Email
Jessica.L.Beckman@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTHWESTERN • ENDIST OMAHA • W071 ENDIST OMAHA
Contracting Office Address
Omaha, NE
68102-4901 USA

More in NAICS 237120

Description

Sources Sought Response Form

Sources Sought Notice # W9128F26SM008

PURPOSE:  By way of this Sources Sought Notice, the USACE-Omaha District intends to determine the extent of capable small business or other than small business firms that are engaged in providing the requirement described hereunder. The responses to this notice will be used for planning purposes for upcoming procurements. Therefore, this notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of an RFQ/RFP/IFB; nor does it commit the government to contract for any supply, service, or construction.  There is no solicitation currently available.

Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Sources Sought Notice.

PROJECT DESCRIPTION: This project includes repairs and maintenance of two vertical aboveground storage tanks Facility 737 (Tank 737) and Facility 738

(Tank 738) at Joint Base Elmendorf-Richardson (JBER).

The repair and maintenance items below shall be performed to comply with American Petroleum Institute (API) 653 and all applicable design criteria and standards provided in paragraph Design Criteria and Reference Publications below. The DoD Aboveground Storage Tank (AST) Standard AW 78-24-27 shall govern where it conflicts with API 650 or API 653. All Repairs shall be conducted in accordance with the most current codes and standards applicable with each repair. Contractor is required to obtain all necessary permits required for this project and review the State regulations concerning repair of AST’s. Complete the API 653 Repairs based on the design references and criteria provided. This includes, but is not limited to, design, construction, all necessary labor, equipment, and materials for satisfactory operation of the project.

Work to include: repair issue piping, repair receipt piping, repair low suction piping, replace thermal relief lines, remove mechanical tape gauge, replace tank level arms, repair tank stairs, repair water draw -off system re-install tank ATG system, repair floating pan,  Replace roof manhole and Inspection hatches, repair shell manholes, repair center roof vent, replace roof hardware, replace tank chime sealant, replace tank grounding, provide scaffold supports, provide dike access stairs,  provide tank data plate, replace tank coatings, provide tank strapping chart, and provide final API 653 inspection report.

Estimated Project Solicitation Issue date:  TBD

Small Businesses are reminded under FAR 52.219-14© (1), Limitations on Subcontracting Services. At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.  Prior Government contract work is not required for submitting a response to this Sources Sought synopsis.

(For Construction): Project Period of Performance: 850 calendar days from construction NTP.

RESPONSES:  Please respond to all information requested in this notice not later than 1200 Mountain Time, Friday 20 February 2026 Please include the Sources Sought Notice Identification Number (W9128F26SM008) in the subject line of the email submission with Attention to:

Contract Specialist Phillip.L.Wickham@usace.army.mil

Contracting Officer Jessica.L.Beckman@usace.army.mil

 

REQUIRED INFORMATION TO BE SUBMITTED IN RESPONSE TO THIS NOTICE:

  1. Company Name, address, phone number, point of contract, email, web address:

  1. CAGE Code and Unique Entity Identifier (UEI):

  1. North American Industry Classification System Code (NAICS):

  1. State whether your firm is classified by the Small Business Administration as any of the following:

Small Business

Small Disadvantaged Business

Service-Disabled Veteran Owned Small Business (SDVOSB)

Section 8(a)

Women Owned Small Business (WOSB)

HUBZone

None of the above

*If none of the above, are you a large business?

  1.  Is your company currently registered in System for Award Management (SAM)?

  1. Has your company performed work for the federal government? Has you company performed work for the federal government under a different name or UEI/DUNS #, or as a member of a Joint Venture (JV)?  If yes, provide an explanation:

CAPABILITIES AND SUBMISSION REQUIREMENTS:

SUBMISSION DETAILS:

All interested, capable, qualified, and responsive contractors are encouraged to reply to this request.

NAICS code 237120 – Oil and Gas Pipeline Related Structures Construction

Interested PRIME CONTRACTORS ONLY should submit a narrative demonstrating their experience in construction projects of similar nature as described in the Project Description.  Responses are requested only from:  POTENTIAL PRIME CONSTRUCTION CONTRACTORS WITH COMPANY BONDING CAPABILITY (SINGLE JOB) OF AT LEAST $12 Million  Narratives shall be no longer than 5 pages Email responses are required.

Please include the following information in your response/narrative:

•Business size to include any official teaming arrangements as a partnership or joint venture

•Details of similar projects and state whether you were the Prime or Subcontractor

•Start and end dates of construction work

•Project references (including owner with phone number and email address)

•Project cost, term, and complexity of job

•Information on your bonding capability - SPECIFICALLY IDENTIFY CAPACITY OF PERFORMANCE AND PAYMENT BONDS

In accordance with DFARS 236.204 the magnitude of this project is expected to range between $10 Million  and  $25 Million.

COMMENTS:

Provide comments or identify any concerns your company has regarding the planned solicitation.  Note that the Government will not be responding to inquiries about the proposed solicitation at this time. Your responses and comments will be used by Government personnel to assess the viability and scope of the proposed solicitation and will be kept in strictest confidence. Telephone inquiries will not be accepted.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.