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
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a contract to provide propane 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 at military installations, and it is set aside for small businesses, specifically targeting Women-Owned Small Businesses (WOSB). Interested contractors must submit their quotes by the specified deadline, with questions due by March 21, 2025, directed to TSgt Kaitlin C Hassman at kaitlin.hassman@us.af.mil or by phone at 702-404-2338.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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
    Similar Opportunities
    Propane Service / Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for propane service and repair at the Tobyhanna Army Depot in Pennsylvania. The procurement aims to secure a contractor for the supply, installation, and maintenance of propane tanks, including refueling and tank relocation services, over a five-year period. This contract is crucial for ensuring a reliable fuel supply while adhering to safety and environmental regulations. Interested small businesses must submit their proposals, including a pricing sheet and past performance references, by the specified deadline, and are encouraged to contact Brian Dionysius at Brian.K.Dionysius.civ@army.mil or Brian Souter at Brian.J.Souter.civ@army.mil for further information. A site visit is scheduled for March 13, 2025, to assess project conditions.
    Liquid Petroleum Gas for Tinker AFB
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the delivery and maintenance of liquefied petroleum gas (LPG) to Tinker Air Force Base in Oklahoma. The contract requires the contractor to supply and maintain 40 propane tanks, with an estimated delivery of 2,500 gallons in the first year and 2,700 gallons in the option year, necessitating bi-weekly deliveries and regular maintenance of the tanks. This procurement is critical for ensuring the operational readiness of Tinker AFB, emphasizing compliance with safety, environmental regulations, and quality assurance measures. Interested contractors should contact Corinne Kuge at Corinne.Kuge@dla.mil or Allison Douglewicz at allison.douglewicz@dla.mil for further details, and proposals must adhere to the guidelines outlined in the solicitation documents.
    Bulk propane
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at the Letterkenny Contracting Office, is seeking qualified contractors to deliver bulk propane for boiler operations at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement requires compliance with ASTM D1835-11 specifications and the NFPA 58 Liquefied Petroleum Gas Code, emphasizing timely delivery, emergency services, and the provision of rental tanks while minimizing disruption to government operations. Interested parties must submit their capability statements by April 1, 2025, at 4 P.M. Eastern Time, and are encouraged to contact Laura J. Buehler at Laura.J.Buehler.civ@army.mil for further inquiries. This opportunity is set aside for small businesses under the SBA guidelines.
    CONTRACTOR-OWNED, CONTRACTOR OPERATED (COCO) RETAIL FUEL SERVICES IN ALTUS AFB, OKLAHOMA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for Contractor-Owned, Contractor-Operated (COCO) retail fuel services at Altus Air Force Base (AFB) in Oklahoma. The contract will involve the operation, maintenance, and management of fuel services, specifically for commercial-grade gasoline and diesel, over a base period from October 1, 2025, to September 30, 2029, with options for extensions through 2049. This procurement is crucial for ensuring a reliable fuel supply to support military operations while promoting small business participation, particularly targeting women-owned and service-disabled veteran-owned entities. Interested contractors must submit their proposals by March 26, 2025, and can reach out to Candice Ekwoge at Candice.Ekwoge@dla.mil or Dominique Vest at Dominique.1.Vest@dla.mil for further inquiries.
    Solicitation SPE601-25-R-0308 ABO & LN2 Various Locations Middle East Region
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the supply of Aviator’s Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) at military installations in Djibouti, Kuwait, and Qatar. Contractors are required to deliver these gases in compliance with military specifications, including providing Certificates of Analysis for each delivery, and must ensure timely installation and maintenance of storage tanks at the designated locations. This procurement is critical for supporting military operations, ensuring that personnel have access to essential breathing gases under stringent safety and quality standards. Interested contractors should contact Matthew Simkovsky at matthew.simkovsky@dla.mil or Jessica Negron at jessica.negron@dla.mil, with proposals due by March 17, 2025, at 3:00 PM Central Standard Time.
    Replace Spill Buckets at 4 Launch Facilities (FE Warren AFB, WY)
    Buyer not available
    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the replacement of underground storage tank (UST) spill buckets at four launch facilities located at F.E. Warren Air Force Base in Wyoming. The project, designated as Project Number GHLN 25-0240, requires contractors to provide all necessary labor, materials, and equipment to ensure compliance with applicable standards, with a performance period of 120 calendar days from the notice to proceed. This initiative is critical for maintaining safety and environmental compliance at military installations, emphasizing the importance of effective hazardous material containment. Interested contractors should submit their proposals by April 14, 2025, and can direct inquiries to Jordyn Tkach at jordyn.tkach@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The estimated project value ranges between $100,000 and $250,000, and compliance with the Davis-Bacon Act for wage determinations is required.
    FY25 DYESS AFB AVGAS AIRSHOW
    Buyer not available
    The Department of Defense, through the 7th Contracting Squadron at Dyess Air Force Base (AFB) in Texas, is seeking qualified contractors to provide 8,500 gallons of 100LL aviation fuel and a 3,000-gallon refueling truck for the upcoming Air Show scheduled for April 18-20, 2025. The procurement aims to ensure compliance with aviation standards and safety protocols, as Dyess AFB lacks testing capabilities for the fuel. This opportunity is critical for supporting the logistics of the Air Show, emphasizing the importance of timely delivery and adherence to federal regulations. Interested vendors must submit their quotes by March 21, 2025, and direct any inquiries to Samuel Gonzales at samuel.gonzales.1@us.af.mil or Eamon Fitzpatrick at eamon.fitzpatrick.1@us.af.mil.
    91--CO-NATL BLCK-FTD FERRET-PROPANE 5-YEAR BPA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for propane delivery services at the National Black-footed Ferret Conservation Center, with the contract period extending from April 7, 2025, to April 6, 2030. The primary objective is to ensure consistent propane supply for heating facilities that support the conservation and breeding of the endangered black-footed ferret, which is critical for maintaining the health and viability of this species. Interested vendors must demonstrate technical capabilities, past performance, and compliance with federal regulations, with proposals due by April 1, 2025. For further inquiries, potential offerors can contact Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    PURGE FLUID - Hill AFB, UT
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to supply 22,500 gallons of Purge Fluid compliant with the MIL-PRF-38299E specification for use at Hill Air Force Base in Utah. The procurement requires the fluid to be delivered in a semi-tanker trailer, ensuring it meets specific chemical and physical properties, including the inclusion of antioxidants and additives for safety and performance. This purging fluid is critical for maintaining fuel tanks in jet aircraft prior to maintenance, thereby ensuring operational readiness and safety. Interested vendors should contact Kevin Hutchison at kevin.hutchison.2@us.af.mil or Devin Laughter at devin.laughter@us.af.mil for further details, with deliveries expected within three weeks post-award and strict adherence to logistical requirements.
    Integrated Solid Waste Management (ISWM) (Service) FE Warren AFB, WY Amendment 02
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors for Integrated Solid Waste Management (ISWM) services at F.E. Warren Air Force Base (AFB) in Wyoming. The contractor will be responsible for providing all necessary personnel, equipment, and services for the collection and management of municipal solid waste, ensuring compliance with local, state, and federal regulations. This procurement is particularly significant as it supports the operational efficiency of the base while promoting opportunities for Women-Owned Small Businesses (WOSB) under the SBA Certified program. Proposals are due by 11:00 am MT on April 10, 2025, and interested parties should direct inquiries to Megan Evans at megan.evans.3@us.af.mil or Liezel McIntyre at liezel.mcintyre@us.af.mil. The total contract value is estimated at $47 million, covering a base period of five months with options extending up to five years, contingent upon the availability of federal funds.