Creech AFB & Nevada Test and Training Range Propane IDIQ
ID: FA486125Q0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, USA

NAICS

Natural Gas Distribution (221210)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 11, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 5:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for a contract to provide propane delivery services at Creech Air Force Base (AFB) and the Nevada Test and Training Range (NTTR). The contractor will be responsible for delivering approximately 350,000 gallons of propane to Creech AFB and 11,500 gallons to NTTR, ensuring continuous operation of heating and hot water systems, with urgent delivery capabilities within 24 hours. This procurement is crucial for maintaining operational readiness and compliance with safety regulations, as it involves managing government-owned propane tanks and adhering to federal standards. Interested small businesses must submit their quotes by April 11, 2025, with questions due by March 21, 2025, and can contact TSgt Kaitlin C Hassman at kaitlin.hassman@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Mar 11, 2025, 4:05 PM UTC
The document outlines various federal acquisition clauses relevant to government contracts, specifically focused on regulations, procedures, and requirements for contractors. Key sections include provisions on contracting officer representation, compensation regulations for former DoD officials, whistleblower rights, and compliance with acquisition requirements related to telecommunications and defense procurement. The document emphasizes the necessity of using approved unique item identification for delivered items, reflects regulations protecting against certain business operations tied to specific geopolitical concerns, such as those associated with the Maduro regime and the Xinjiang Uyghur Autonomous Region. Additionally, it details requirements for electronic submission of payment requests via the Wide Area Workflow system and sets limitations on the Government's financial obligations under such contracts. Overall, the purpose of this document is to ensure compliance with federal acquisition laws and protect the interests of both the Government and contractors while fostering transparency, integrity, and accountability within government procurement processes. This summary captures the essence of the clauses for reference by contractors engaged in federal and state contracting opportunities.
Mar 25, 2025, 6:05 PM UTC
The document pertains to a Request for Proposal (RFP) FA486125Q0003, encapsulating essential clauses required for federal contracts, primarily concerning the acquisition and management of goods and services. It includes a comprehensive list of clauses incorporated by reference covering areas such as contracting officer responsibilities, whistleblower rights, and prohibitions against business operations with certain foreign regimes. Notable clauses include requirements for item unique identification of delivered items, electronic payment submission procedures, and compliance mandates associated with federal acquisition regulations. The document outlines significant stipulations such as payment structures, mandatory reporting procedures, and the necessity to follow specific contractual obligations, particularly in the context of small business participation and ethical sourcing. It emphasizes the adherence to standards for items acquired through the contract, including those related to specific geographic restrictions and environmental considerations. The thorough inclusion of legal clauses underscores the federal government's objective to maintain transparency, accountability, and adherence to various legal and ethical guidelines within procurement practices. This comprehensive clause listing serves as a critical reference for contractors engaged with federal agencies and ensures compliance with federal acquisition policies.
Mar 25, 2025, 6:05 PM UTC
This Performance Work Statement (PWS) outlines the requirements for a contractor to provide propane services at Creech Air Force Base (AFB), Nevada. The contractor is responsible for delivering propane to various tanks across the base, including tanks of varying capacities that support heating and hot water demand. Services must ensure continuous operation of related equipment, with a provision for urgent deliveries within 24 hours. Invoicing will occur monthly via the Wide Area Workflow (WAWF) system. The contractor must establish a service call system, maintain communication with the government representatives, and be available for quarterly performance evaluations. They are tasked with obtaining necessary licenses and permits and must develop a spill response plan for any propane spills while adhering to state and federal regulations. Safety, security, and fire prevention regulations must be strictly followed, with all government property secured after use. Quality control and assurance programs will be implemented to maintain service standards, with frequent evaluations based on customer feedback. Normal work hours are defined as Monday to Friday, 7 AM to 4 PM, barring federal holidays. This document fulfills the federal RFP context, detailing essential operational standards for contractors providing utility services to military installations.
Mar 25, 2025, 6:05 PM UTC
The document details the locations and specifications of propane tanks at Creech Air Force Base (AFB) and the Nevada Test and Training Range (NTTR). It lists various tank building numbers, fuel types, and their respective storage capacities in gallons. At Creech AFB, there are multiple tanks of varying sizes, with capacities ranging from 250 to 9,200 gallons, including several manifolded units. Additionally, the NTTR section includes tanks numbering four locations with capacities of 500 to 1,000 gallons. The purpose of this compilation is likely to provide an overview of propane storage assets for federal oversight and management, relevant for potential government RFPs or grants related to fuel management and infrastructure. This organized inventory aids in resource assessment and planning, ensuring compliance with safety and regulatory standards. The document's structured format facilitates quick reference for officials managing fuel supply and storage operations.
Mar 25, 2025, 6:05 PM UTC
The document outlines the Request for Proposals (RFP) concerning government-owned tanks used for HVAC and hot water, addressing various inquiries from potential suppliers. Key points include confirmation that the tanks are government-owned, a map will be provided with the award, and invoicing is to be done monthly. Subcontracting restrictions as per specific FAR clauses are noted, along with adjustments to the FAR requirements related to spill plans and economic price adjustments. Suppliers are required to respond to urgent service requests within 24 hours, and requests to extend this timeframe to 48 hours were denied. The anticipated award date is April 23, 2025, with final quotes due by April 11, 2025. The document's structure is primarily a series of questions and clarifications addressing the specifics of the contract, guided by federal regulations. It emphasizes compliance and timely service as critical components of the proposal. Overall, this RFP aims to secure a reliable supplier for tank services while adhering to government standards and regulations.
Mar 25, 2025, 6:05 PM UTC
The document outlines a solicitation for a contract involving the delivery of propane to Creech Air Force Base (AFB) and the Nevada Test and Training Range (NTTR) as a Women-Owned Small Business (WOSB) initiative. The request specifies quantities and delivery timelines: approximately 350,000 gallons to Creech AFB and 11,500 gallons to NTTR, from May 1, 2025, to April 30, 2026, with options to extend for additional years. The contractor is responsible for supplying all necessary resources, including personnel and equipment, in compliance with the Performance Work Statement (PWS). Inspection and acceptance criteria, as well as contractual requirements for contractor personnel access to Air Force installations, are detailed. The document also notes the importance of addressing any concerns through the appointed ombudsman before escalating issues further. Several attachments, including the PWS and specifications, are listed to provide additional context for requirements and compliance standards. The purpose of this solicitation is to engage a qualified contractor to fulfill propane delivery needs while fostering opportunities for women-owned businesses within federal contracting frameworks.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
99 CES Sewer Truck Rental
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the rental of a sewer truck at Nellis Air Force Base (AFB) under solicitation number F3G3CE5044A001. The procurement requires a VACCON sewer truck or an equivalent model with specific capabilities, including a minimum of 1,500 gallons of freshwater capacity and a 2,500-gallon debris tank, to be provided for a period of 60 calendar days. This rental service is crucial for maintaining operational efficiency at the base, and the selected contractor will be responsible for delivery, pickup, and exterior cleaning of the equipment. Proposals are due by May 2, 2025, and must be submitted electronically to the designated contacts, 1st Lt Vincent McDonough and SMSgt Kelli Floyd, with all submissions adhering to the guidelines outlined in the solicitation.
AFGSC Boilers B5546
Buyer not available
The Department of Defense, through the Air Force Global Strike Command, is seeking quotes for the procurement of two AERCO Platinum BMK-2000 Boilers, as outlined in Request for Quotation (RFQ) FA460825QC049. The boilers must meet specific performance criteria, including a high-efficiency combustion control system and compliance with ASME Energy Star ratings, ensuring they operate at a minimum efficiency of 94.6%. This procurement is critical for maintaining operational efficiency and environmental compliance within the Air Force's facilities. Interested vendors must submit their quotes by May 1, 2025, at 1:30 PM CDT, and should direct inquiries to SrA Alisia Davis at alisia.davis@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
7 CES Water Heater-Boiler
Buyer not available
The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base, is soliciting quotes for the procurement of a NAOC Water Heater/Boiler. The specifications for the required unit include a minimum capacity of 399,000 BTUs, specific gas inlet and vent dimensions, and a hot water production rate between 31.5 and 54.6 gallons per minute, among other technical requirements outlined in the salient characteristics document. This procurement is critical for ensuring reliable and efficient water heating systems that meet operational needs within military contexts. Interested small businesses must submit their quotes by April 29, 2025, and direct any questions to A1C Illya Shkrebtiy or SSgt Maren Quinones-Burgess by April 28, 2025, with all submissions sent via email.
Oil (Smoke, Engine & Additive) Beale AFB Airshow 2025
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking proposals from small businesses for the procurement of oil (smoke, engine, and additive) for the 2025 Beale AFB Airshow. The contractor will be responsible for delivering 1,540 gallons of paraffin-based smoke oil, various engine oils, and additives by June 5, 2025, and must also manage the removal of unspent materials and empty containers post-event at no cost to the government. This procurement is critical for the successful execution of the two-day Air & Space Expo, ensuring compliance with safety and environmental standards. Interested parties must submit their proposals by April 28, 2025, and direct any questions to Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil.
MISSILE MISHAP RESPONSE TEAM (MMRT) MOBILE AIR TRAILER
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals from small businesses for the procurement of a Mobile Air Trailer designed for the Missile Mishap Response Team (MMRT) at Hill Air Force Base, Utah. The primary requirement is for a custom enclosed trailer equipped with a cascade air system to supply and refill Self-Contained Breathing Apparatus (SCBA) during emergency situations. This procurement is critical for enhancing emergency readiness and operational efficiency, ensuring that the MMRT can effectively respond to incidents involving missile mishaps. Interested vendors must submit their proposals by May 12, 2025, with all inquiries due by April 25, 2025. Proposals should be directed to Contract Specialist Rachel Wright at rachel.wright.9@us.af.mil and Contract Officer Melissa Huston at melissa.huston.2@us.af.mil.
99 CES Aeration Pump
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a SN10 Aeration Pump Motor Assembly and its installation at Nellis Air Force Base in Nevada. This request for quotation (RFQ) aims to replace an inoperable aeration system critical for providing potable water, requiring contractors to supply all necessary labor, equipment, and materials while adhering to industry standards and environmental regulations. The contract will be awarded based on a Lowest-Priced Technically Acceptable (LPTA) evaluation, with proposals due by April 28, 2025, and must be submitted electronically to the primary contact, SrA Donald Rhee, at donald.rhee@us.af.mil. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to review the attached Statement of Objectives for detailed requirements.
Clean Diesel Fuel Tank
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the cleaning of a 10,000-gallon diesel fuel tank at Holloman Air Force Base in New Mexico. The contractor will be responsible for providing all necessary labor, materials, tools, and equipment to ensure the proper cleaning of the tank and its associated piping, adhering to environmental and regulatory standards for waste disposal. This one-time service is critical for maintaining facility safety and compliance, with a total contract value estimated at approximately $47 million. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit questions by May 1, 2025, and are encouraged to attend a site visit on April 30, 2025, at 10:00 AM. For further inquiries, contact Leonardo Dominguez at leonado.dominguez.1@us.af.mil or Barron Kartchner Ramos at barron.kartchnerramos@us.af.mil.
Propane Gas Fueled Generator
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a propane gas fueled generator set through a Combined Synopsis/Solicitation. The procurement aims to fulfill specific technical requirements outlined in the attached solicitation, with a focus on providing reliable power generation capabilities. This generator is crucial for various military operations, ensuring that essential equipment remains operational in diverse environments. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should note that a site visit is scheduled for April 16, 2025, at Fort Hunter Liggett, CA, with questions accepted until April 23, 2025, and proposals due by April 30, 2025. For further inquiries, contact Dustin Robertson at dustin.t.robertson4.civ@army.mil or call 502-898-1255.
Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Laughlin AFB, TX and Randolph AFB, TX
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Laughlin Air Force Base (AFB) and Randolph AFB in Texas. The procurement aims to secure fuel management services, including receipt, storage, transfer, issuance, and inventory management of fuel products, ensuring compliance with environmental standards and quality controls. This contract is critical for maintaining operational readiness and efficiency in military fuel supply operations, with a base performance period from January 1, 2026, to December 31, 2029, and an option for an additional five years. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit proposals by May 7, 2025, and can contact Kamilah Coleman at Kamilah.Coleman@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL for further information.
Long Term Bucket Truck Rental; Base Year Plus Four Option Years
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a long-term lease of a bucket truck at Malmstrom Air Force Base in Montana, with a contract duration of one base year plus four optional years. The procurement aims to secure a high voltage bucket truck equipped with a two-person bucket, 4-wheel drive capability, and material handling jib, to enhance the operational capabilities of the 341st Civil Engineer Squadron while addressing previous maintenance delays. This contract is particularly significant as it involves compliance with safety regulations for high voltage operations and is set aside for small businesses, with an estimated total value of $47 million. Interested contractors should direct inquiries to Cody West or Joshua Crist via the provided contact details, with questions due by 12:00 PM MT on April 29, 2025.