91--Delivery Renewable Diesel and Unleaded Gas
ID: 140R2024Q0130Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Petroleum Refineries (324110)

PSC

LIQUID PROPELLANTS AND FUELS, PETROLEUM BASE (9130)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified vendors for the purchase and delivery of unleaded gasoline and renewable diesel (RD99) fuel to the Lake Berryessa Field Office in Napa, California. The contract will cover a base period and four option years, commencing on November 1, 2024, and concluding on October 31, 2029, with annual delivery requirements of approximately 12,500 gallons of unleaded gasoline and 2,000 gallons of renewable diesel. This procurement is essential for maintaining operational efficiency and compliance with environmental regulations, particularly in light of recent shifts towards renewable fuel sources. Interested small businesses must submit their quotes electronically by September 23, 2024, at 3:00 PM PDT, and can direct inquiries to Sherry Heibeck at SHeibeck@usbr.gov or by phone at 916-978-6188.

    Point(s) of Contact
    Heibeck, Sherry
    (916) 978-6188
    (916) 978-5175
    SHeibeck@usbr.gov
    Files
    Title
    Posted
    The Performance Work Statement outlines the requirements for the purchase and delivery of unleaded gasoline and renewable diesel (RD99) for the Bureau of Reclamation's Lake Berryessa Field Office in Napa, California. The contract, set to commence on November 1, 2024, includes a base period and four option years, requiring annual deliveries of approximately 12,500 gallons of gasoline and 2,000 gallons of diesel. A Fixed Price contract with an Economic Price Adjustment will be used, allowing vendors to adjust fuel costs based on published market prices. Deliveries are to be made during specified intervals depending on the busy season and must comply with safety regulations. The contractor is responsible for operational hours, safeguarding government property, and ensuring delivery accuracy. The Quality Assurance Surveillance Plan ensures compliance with performance standards. This document serves as a formal request for proposals, emphasizing the government's commitment to maintaining recreational facilities efficiently and safely while managing fluctuating fuel costs effectively.
    The clause 52.223-3 addresses the identification and safety data requirements for hazardous materials in contracts. It defines hazardous materials per Federal Standard No. 313 and mandates that offerors list such materials to be delivered under the contract, including specific identification numbers. Offerors must submit Material Safety Data Sheets (MSDS) for all identified hazardous materials prior to award, ensuring compliance with federal regulations. Any changes in material composition or federal standards must be reported and the relevant data resubmitted. The clause underscores that the contractor is responsible for safety and compliance with all applicable laws, irrespective of government oversight. It also grants the government rights to use and disclose hazardous material data for safety and health purposes. This requirement is critical to ensure the safety of personnel and compliance with regulatory standards in the context of government contracts and grants.
    The Lake Berryessa Fuel Delivery document outlines a proposed pricing schedule for fuel supply and delivery services over a five-year contract beginning November 1, 2024, and potentially extending through Option Year #4, concluding on October 31, 2029. The schedule consists of various Contract Line Item Numbers (CLIN) detailing quantities and types of fuel, including Renewable Diesel RD99 and Unleaded Fuel, along with their corresponding delivery costs. For each year, the document specifies quantities of 2,000 gallons for Renewable Diesel and 12,500 gallons for Unleaded Fuel, with a delivery charge applicable to both categories. Notably, there are separate price lists for each base period and each option year, suggesting structured pricing adjustments over the contract timeline. While exact pricing details are yet to be determined, placeholders indicate that the costs are expected to encompass all relevant fees and taxes. Ultimately, this document serves as part of a government Request for Proposal (RFP) aimed at securing reliable fuel delivery solutions for the designated period, highlighting fiscal planning and vendor management in public procurement processes.
    The document outlines the price schedule for fuel delivery services at Lake Berryessa for a contract that spans from November 1, 2024, to October 31, 2029. It includes specific line item numbers (CLIN) for various fuel types—Low Sulfur Clear Diesel and Unleaded Fuel—along with associated delivery costs. The schedule is divided into a base period and four option years. Each year specifies quantities and unit prices (not provided) for fuel and delivery services. The structure indicates that the government agency is soliciting bids to secure fuel supplies over multiple years while ensuring all potential costs are accounted for in the delivery fees. The document emphasizes the need for accurate pricing and adherence to federal guidelines for fuel procurement, serving as a crucial step in the overall RFP process aimed at managing operational logistics and budgeting for fuel services effectively.
    The Performance Work Statement outlines the requirements for the Bureau of Reclamation’s Lake Berryessa Field Office (LBFO) regarding the procurement and delivery of unleaded gasoline and low sulfur clear diesel. The contract involves the annual delivery of approximately 12,500 gallons of gasoline and 2,000 gallons of diesel to the facility's above-ground tanks. Contractors will operate under a Fixed Price with Economic Price Adjustment contract, which aims to ease cost fluctuations in fuel pricing by referencing published retail prices. Delivery schedules vary between busy and non-busy seasons, and the contractor must adhere to strict safety and operational protocols. The period of performance spans one base year and four optional years, with specific working hours and holiday observances outlined. Delivery processes will be monitored for compliance, ensuring timely and quality service as mandated by the Quality Assurance Surveillance Plan. This document represents a structured approach typical of government RFPs, focusing on service acquisition while maintaining safety and efficiency standards in fuel management.
    The document serves as Amendment 0001 to the solicitation 140R2024Q0130, issued by the Bureau of Reclamation, detailing significant changes to the procurement of fuel delivery services. Key modifications include a shift from Low Sulfur Diesel Fuel to Renewable Diesel Fuel (RD99) in compliance with new California regulations, along with the inclusion of revised Performance Work Statement and Price Schedule. The submission deadline for quotes has been extended from September 19, 2024, to September 23, 2024, at 3:00 PM PDT. The contract specifies various fuel deliverables over four option years, starting from November 1, 2024, through October 31, 2029, with specific quantities of unleaded gasoline and renewable diesel to be delivered annually. Contractors must acknowledge receipt of this amendment to ensure their offers are considered, highlighting procedural adherence. Overall, this amendment reflects the government's adjustments to enhance compliance with regulatory standards in the procurement process.
    The document is a Combined Synopsis/Solicitation (RFP Number: 140R2024Q0130) issued by the Bureau of Reclamation for the purchase and delivery of unleaded gasoline and low sulfur clear diesel fuel to the Lake Berryessa Field Office in Napa, California. The contract includes a base year and four option years, covering the period from November 1, 2024, to October 31, 2029. Quotes are due by September 19, 2024, and must be submitted electronically. The solicitation is set aside for small businesses, with evaluation based primarily on price. The fuel requirements specify annual delivery of approximately 12,500 gallons of unleaded gasoline and 2,000 gallons of low sulfur diesel, with detailed provisions for scheduling and safety standards for fuel delivery. Key details include the method of invoicing through the U.S. Department of Treasury’s Internet Payment Platform and the necessity for compliance with various federal regulations related to environmental safety and procurement. The document includes extensive clauses pertaining to contract management, insurance requirements, and safety protocol to ensure a standard of service and protection for government property during fuel delivery. This solicitation emphasizes adherence to government procurement guidelines, promoting transparency and accountability in public spending.
    Lifecycle
    Title
    Type
    Similar Opportunities
    10,000 Gallons Diesel Fuel, (DS2) Fort Buchannan, PR Fuel Requirement
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting bids for the delivery of 10,000 gallons of Diesel Fuel (DS2) to Fort Buchanan, Puerto Rico, with a delivery deadline of September 20, 2024. This procurement is a Total Small Business Set-Aside under NAICS code 324110, aimed at ensuring that small businesses can compete for this opportunity to supply essential fuel for military operations. Interested vendors must submit their quotes by 12:00 PM EST on September 19, 2024, and are encouraged to include all applicable taxes and fees in their pricing. For further inquiries, potential bidders can contact Marichell Scott or Keilana Souza at the provided email addresses or phone numbers.
    Tanker Truck Fuel Pick-up
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking proposals for the procurement of Unleaded Gasoline, E-85 Ethanol Fuel, and Diesel Fuel to support its Driver Marine Division program. This contract, which will run from October 1, 2024, to September 30, 2029, is essential for refueling over 450 vehicles utilized in training operations, ensuring operational continuity and efficiency. Vendors will be responsible for scheduling fuel pickups and deliveries, adhering to strict record-keeping procedures, and complying with governmental regulations. Interested parties can contact Sheila Henley at sheila.henley@fletc.dhs.gov or call 912-267-2330 for further details.
    Phillips 66 Turbine Oil 68 and Shell Omala S1 W 46
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking quotes for the procurement of Phillips 66 Turbine Oil 68 and Shell Omala S1 W 460 for use at the Hoover Dam. The requirement includes 3,301 gallons of Phillips 66 Turbine Oil and 220 gallons of Shell Omala S1 W 460, with delivery options available via bulk tanker trucks or drums, adhering to strict quality and compatibility standards. These lubricating oils are critical for the efficient operation of hydro-power equipment, ensuring reliability and minimizing maintenance needs. Interested suppliers must submit their quotes by September 19, 2024, with the anticipated award date set for September 20, 2024, and delivery expected by October 4, 2024. For inquiries, contact Noah Maye at nmaye@usbr.gov or Luis Gallardo at lgallardo@usbr.gov.
    DLA Energy - Bulk Petroleum Products Inland/East/Gulf Coast/Offshore (IEG) Program
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of bulk petroleum products under the Inland/East/Gulf Coast/Offshore (IEG) Purchase Program, with solicitation number SPE602-24-R-0709. This procurement aims to secure various types of aviation and naval distillate fuels, with total estimated quantities including 8,015,000 gallons of JP8, 787,054,800 gallons of JAA, 203,153,600 gallons of JP5, and 130,739,400 gallons of F76, to be delivered from April 1, 2025, through March 31, 2026. The fuels are critical for military operations and logistics, ensuring that the Department of Defense maintains operational readiness across multiple regions. Interested small businesses must submit their proposals by October 4, 2024, and can direct inquiries to Amanda Webster at amanda.webster@dla.mil or Joseph Yacovone at Joseph.Yacovone@dla.mil for further assistance.
    Waste Transport and Disposal at Parker Dam
    Active
    Interior, Department Of The
    The Bureau of Reclamation, under the Department of the Interior, is seeking proposals for waste transport and disposal services at Parker Dam, California, through a noncompetitive Sole Source Solicitation. The contract requires the provision of a 6 cubic yard dumpster with weekly pickups and a 40 cubic yard roll-off dumpster for semiannual use, spanning from October 1, 2024, to September 30, 2029. This procurement is crucial for maintaining operational efficiency and compliance with waste management standards at the facility. Interested parties must submit their quotes electronically by September 19, 2024, at 3:00 PM local time, to the designated contacts, Noah Maye and Luis Gallardo, via email.
    DLA Energy Bulk Petroleum - JPTS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking suppliers for Jet Propellant Thermally Stable (JPTS) fuel to support operations at Beale Air Force Base in California, Osan Air Base in Korea, and DFSP Texas City in Texas. The procurement encompasses an estimated annual requirement of 1,150,000 gallons for Beale AFB, 925,000 gallons for Osan AB, and 1,725,000 gallons for Texas City, with the contract period running from April 1, 2025, to March 31, 2026, and options for three additional years. This fuel is critical for military operations, ensuring the readiness and operational capability of the U.S. Air Force. Interested vendors should prepare for full and open competition, with the solicitation expected to be issued on https://www.sam.gov in late September or early October 2024; inquiries can be directed to Tracey Grinstead or Sonji Epps via their provided emails.
    68--MORU & BADL Large Propane Tanks IDV
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is preparing to issue a solicitation for the purchase and delivery of propane to Mount Rushmore National Monument and Badlands National Park. This procurement will be conducted as a firm-fixed price requirements contract, utilizing Simplified Acquisition Procedures, and is exclusively set aside for small businesses under NAICS code 325120. The propane delivery is essential for the operational needs of the parks, with a previous contract resulting in over 280,000 gallons delivered through 19 orders. Interested contractors should anticipate a formal solicitation around September 16, 2024, with quotes due approximately 66 days later, by November 21, 2024. For inquiries, contractors can contact Contract Specialist Brian Peck via email or phone as listed in the notice.
    68--AGFO BPA PROPANE
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is preparing to solicit a Blanket Purchase Agreement (BPA) for propane supply at the Agate Fossil Beds National Monument in Harrison, Nebraska. This procurement is exclusively open to small businesses under NAICS code 324110, which pertains to Petroleum Refineries, and aims to ensure a reliable propane supply for operational needs at the monument over a potential five-year period. The formal solicitation is anticipated to be released around September 19, 2024, with bids due approximately two weeks later, and interested parties must maintain active registration in the System for Award Management (SAM). For inquiries, potential offerors can contact Nathan Ziegler at nathanziegler@nps.gov or by phone at 605-574-0480.
    Ship Propulsion Fuel (Bunkers)
    Active
    Dept Of Defense
    Solicitation notice from the DEPT OF DEFENSE, DEFENSE LOGISTICS AGENCY, DLA ENERGY is seeking Ship Propulsion Fuel (Bunkers). This procurement is for Distillates & Residuals used as ships' bunkers at various ports Worldwide. The fuel, including Commercial Marine Gas Oil (MGO), Fuel Oil, Intermediate, Grades RME-180 (FO 180), RMG-380 (IFO 380), and Very Low Sulfur Fuel Oil (VLSFO), will be delivered directly into U.S. vessels for DoD and Federal Civilian agencies by barge, truck, or pipeline. The ordering period is October 1, 2023, through September 30, 2024, and the delivery period is October 1, 2023, through October 31, 2024. This is a Requirements-Type, Fixed Price Contract. For more information, contact Mr. Francis Murphy at Francis.c.Murphy@dla.mil. Interested vendors must register in the SEA Card® Online program.
    Mobile Diesel Fuel Tank - 750 Gallon
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses to supply a 750-gallon mobile diesel fuel tank for Offutt Air Force Base in Nebraska. The procurement aims to enhance operational efficiency and readiness by providing a mobile fuel trailer that meets specific requirements, including a weatherproof lockable cabinet, dual spring axles, and various pump options to facilitate timely refueling in remote locations. This initiative is critical for improving logistical support in military operations, as current refueling methods have been reported to cause delays that adversely affect mission success. Proposals must be submitted by September 23, 2024, and interested vendors should direct inquiries to Gustavo Davila at gustavo.davila@us.af.mil or Joshua Connelly at joshua.connelly.1@us.af.mil for further information.