LP Gas
ID: M6700126Q1001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Natural Gas Distribution (221210)

PSC

UTILITIES- GAS (S111)

Set Aside

Women-Owned Small Business (WOSB)
Timeline
    Description

    The Department of Defense, through the Commanding General of the Department of the Navy, is seeking proposals from qualified contractors to supply and deliver Liquefied Petroleum (LP) Gas, along with associated tank rental, monitoring, and maintenance services at Marine Corps Air Station (MCAS) Cherry Point and other related facilities in North Carolina. The procurement is specifically set aside for Women-Owned Small Business concerns and includes requirements for automatic refills, electronic tank monitoring, and adherence to strict delivery and invoicing procedures. This contract is critical for ensuring the operational readiness of various Marine Corps installations, with a performance period spanning from January 1, 2026, to December 31, 2027. Interested contractors must submit their quotations by 12:00 PM EST on December 8, 2025, and can direct inquiries to Aaron Avery at aaron.m.avery.civ@usmc.mil or Stacie Bell Simpson at stacie.bell@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government RFP, M6700126Q1001, is for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply and deliver odorized Liquefied Petroleum (LP) Gas and associated tank rental/monitoring services to various Marine Corps installations and outlying fields in Eastern North Carolina. The contract will have a two-year performance period, from January 1, 2026, to December 31, 2027. Key requirements include automatic refills to maintain at least 20% tank capacity, electronic tank monitoring, and strict adherence to delivery and invoicing procedures. Offers are due by 12:00 PM EST on December 8, 2025, and will be evaluated based on price, technical acceptability, and past performance. Contractors must comply with specific access, identification, and safety regulations for Marine Corps installations, including the use of the Defense Biometric Identification System (DBIDS).
    The "LP GAS Eligible Delivery List" document outlines a comprehensive list of locations approved for LP gas distribution across Cherry Point, Atlantic Field, and Bogue Field. The file details specific buildings, their gas usage (e.g., emergency communication, heat, generator), tank sizes (primarily 1000-gallon, with some 100, 250, 325, and 500-gallon tanks), and ownership status (Government-Owned or Contractor). Several locations are marked as "UNDER CONSTRUCTION" with details pending. The document also highlights priority buildings that require LP gas delivery before destructive or inclement weather, such as "HOUSE 317 JEFFERSON" and the "Central Heating Plant." This list serves as a critical operational document for managing LP gas logistics across these federal government facilities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    82nd Airborne Propane Service Contract
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for a propane service contract to support the 82nd Airborne Division at Fort Bragg, North Carolina. The contract requires the provision of 100 propane tanks, eight 16-count propane cages, and quarterly refilling services over a base year and four option years, from January 2026 to January 2031. This procurement is crucial for ensuring a consistent supply of propane for military operations, adhering to safety and regulatory standards. Interested small businesses must submit their proposals electronically by December 17, 2025, at 10:00 AM EST, and direct any inquiries to the designated contacts, CPT Michael Davis and SFC Eric Garcia, via their provided email addresses.
    Gases Compressed and Liquefied
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for the procurement of compressed and liquefied gases. This initiative aims to streamline the acquisition process for various commodities essential to support Naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for inclusion in the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    N400857241766 Replace Rooftop Units Building 87
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the replacement of two rooftop air handling units in Building 87 at Marine Corps Air Station, Cherry Point, North Carolina. The project entails the demolition of existing HVAC equipment and the installation of new units, along with associated mechanical and electrical work, all while adhering to strict safety and administrative protocols. This procurement is crucial for maintaining operational efficiency and comfort within the facility, with an estimated contract value between $1,000,000 and $5,000,000 and a completion target of 210 calendar days. Interested small businesses must submit proposals by December 29, 2025, following a mandatory site visit on December 2, 2025; for further inquiries, contact Eileen Mieko Cole at eileen.m.cole2.civ@us.navy.mil or 910-939-9848.
    Contractor-owned, Contractor-operated (COCO) bulk retail services at two locations on Fort Bragg, NC.
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking small business sources to provide Contractor-Owned, Contractor-Operated (COCO) bulk retail fuel services at two locations on Fort Bragg, North Carolina. The contractor will be responsible for the operation, maintenance, and management of fuel facilities capable of storing significant quantities of military-grade aviation fuel (F24), commercial gasoline (MUR), and commercial diesel (ULSD), ensuring quality control and accurate accounting for petroleum products. This procurement is critical for maintaining the fuel supply chain for military operations, with a firm, fixed-price contract anticipated for a four-year base period and five additional five-year options, potentially extending the contract duration to 29 years. Interested firms must submit their responses by December 3, 2025, at 3:00 PM local Ft. Belvoir, VA time, via email to Morishita.Armstead@DLA.MIL, providing detailed company profiles and demonstrating their capabilities in fuels management.
    GOCO Alongside Aircraft Refueling Services NAS Whiting Field
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking proposals for Alongside Aircraft Refueling Services at Naval Air Station (NAS) Whiting Field in Florida. The contractor will be responsible for managing, maintaining, and operating Government-Owned, Contractor-Operated (GOCO) fuel storage facilities, ensuring the safe handling and accountability of petroleum products, while complying with environmental and safety regulations. This procurement is set aside for Service-Disabled Veteran Owned Businesses (SDVOSB) under NAICS code 493190, with a firm fixed-price contract anticipated to include a four-year base period and one five-year option. Interested parties should prepare for the solicitation expected to be posted between May and June 2025, with a closing date approximately 45 days thereafter. For further inquiries, contact Sean Turner at sean.turner@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL.
    QUAD CALIBRATION GAS - PRESOLICITATION CM25160006
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of QUAD CALIBRATION GAS under presolicitation CM25160006. This acquisition involves a firm-fixed price, indefinite quantity contract for National Stock Number (NSN) 6665-20-001-4671, with a total small business set-aside, aimed at supporting DLA stock in the continental United States. The contract is valued at up to $2,278,881 and includes a one-year base period with two optional one-year extensions, emphasizing the importance of timely delivery and past performance in the evaluation process. Interested suppliers should submit proposals electronically via DIBBS or email to Kimberly Pozderac at kimberly.pozderac@dla.mil, with the solicitation expected to be available on or around November 21, 2025.
    Fort Knox Propane Delivery
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for the supply and rental of propane and propane tanks at Fort Knox, Kentucky. The contract requires the provision of 30,000 gallons of bulk liquid petroleum (LP) propane gas to 29 tanks, along with the rental of 27 propane tanks for a base period of 12 months, with an option for an additional year. This procurement is crucial for ensuring the installation's energy needs are met efficiently and safely, with contractors responsible for installation, maintenance, and emergency response. Interested parties should contact Candice M. Hodges at Candice.M.Hodges.civ@army.mil or 520-718-8368 for further details, with the contract period running from December 15, 2025, to December 14, 2027.
    Propane Delivery - Seward/FWA/DTA
    Buyer not available
    The Department of Defense, specifically the Army's Regional Contracting Office in Alaska, is seeking vendors to establish multiple five-year Blanket Purchase Agreements (BPAs) for the delivery and purchase of propane to Army installations in Alaska, including Seward, Fort Wainwright, and Fort Greely/Black Rapids. The procurement aims to secure a reliable supply of propane, which is essential for various operational needs at these military facilities. Interested vendors are invited to submit quotes per gallon for all or partial locations by the deadline of December 12, 2025, at 4:00 P.M. Alaska Standard Time, with services expected to commence on January 2, 2026. For inquiries, potential bidders can contact Ahmad Mustapha at ahmad.b.mustapha.civ@army.mil or Yolanda Ikner at yolanda.m.ikner.civ@army.mil.
    Government-Owned, Contractor-Operated (GOCO) Fuel Storage Services in Vandenberg AFB, CA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified contractors to provide Government-Owned, Contractor-Operated (GOCO) fuel storage services at Vandenberg Air Force Base (AFB), California. The procurement encompasses bulk storage services, retail service station support, aircraft services, and comprehensive fuels management, ensuring safe handling, quality control, and accountability of petroleum products. This contract is critical for supporting base operations, airshows, deployments, and other contingencies, with a focus on maintaining environmental safety and operational efficiency. The solicitation is anticipated to be posted in December 2025, with a closing date approximately 45 days thereafter. Interested parties should contact Ayanna Jackson-Charles at Ayanna.Jackson-Charles@dla.mil or Alicia Williams at Alicia.Williams@dla.mil for further information, and must be registered in the System for Award Management (SAM) to participate.
    Government Owned Contractor Operated Fuel Storage Facility at DFSP Tampa, FL
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for fuel management services at the Defense Fuel Support Point (DFSP) in Tampa, Florida. The contractor will be responsible for all services related to the receiving, protecting, storing, and shipping of U.S. Government-Owned Turbine Fuel Aviation, Grade Jet-A, in accordance with the Performance Work Statement (PWS). This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 493190, with a size standard of $36.5 million, and is expected to result in a firm-fixed-price contract with a four-year base period starting November 4, 2026, and an option for an additional five years. Interested vendors should prepare for the solicitation to be posted on www.beta.SAM.gov around December 29, 2025, and must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals. For further inquiries, contact Candice Ekwoge at candice.ekwoge@dla.mil or 804-807-4948.