NAVSUP FLC PUGET SOUND PROPANE DELIVERY & TANK RENTAL
ID: N0040625QS084Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, 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 Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for a firm-fixed-price contract for propane delivery and tank rental services, specifically supporting the Naval Air Station Whidbey Island. This procurement is a 100% small business set-aside, requiring contractors to provide on-demand propane delivery and rental of a 500-gallon propane tank, with a base year and options for up to three additional years. The services are critical for operational logistics, particularly for forklift operations at the facility, ensuring compliance with federal regulations and supporting small business participation. Interested contractors must submit their proposals by April 25, 2025, at 12:00 PDT, and can direct inquiries to Contract Specialist Walid Aslan at walid.m.aslan.civ@us.navy.mil or Chastity Cowans at chastity.t.cowans.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage rates and fringe benefits for various occupations in Kitsap County, Washington. It specifies wage requirements based on the relevant Executive Orders, detailing that contractors must pay covered employees a minimum of $17.75 per hour if contracts are initiated or renewed after January 30, 2022. Additionally, a comprehensive list of occupational salary rates is presented, ranging from administrative roles to skilled trades, with specific fringe benefits such as health and welfare, vacation, and paid holidays. Contractors are also informed of the conformance process for unlisted job classifications, ensuring compliance with wage standards. Furthermore, the document emphasizes employee protections under Executive Orders, including paid sick leave, and mandates provisions for uniform allowances. This wage determination informs contractors of their obligations under federal regulations, aiming to enhance worker compensation and conditions across federal contracts, directly impacting government procurement processes.
    This document serves as an amendment to a federal solicitation, specifically updating the submission timeline and providing responses to contractor inquiries. The closing date for submissions has been extended from April 24, 2025, to April 25, 2025, at 12:00 PDT. The amendment addresses three key questions regarding the use and management of propane for forklifts at the facility, clarifying that the propane is utilized for forklift operations with no immediate need for additional dispensing systems, as a 500-gallon rental tank is already in use. The responses indicate that if a new contractor is appointed, the propane in the current tank would need to be transferred to a new tank, if applicable. This amendment is critical for potential contractors to understand the operational requirements and operational logistics involved with propane use at the site. The point of contact for further inquiries is provided, emphasizing the importance of clear communication and clarifications in the procurement process.
    This document outlines a solicitation for a Women-Owned Small Business (WOSB) contract focused on propane delivery and tank rental services for the U.S. Navy, specifically supporting the Naval Air Station Whidbey Island. The contract encompasses the requirement for propane delivery on demand and the rental of a 500-gallon propane tank over a base year with options for up to three additional years. It highlights essential details like submission deadlines, evaluation criteria, and contractor responsibilities, emphasizing the importance of providing technical specification sheets for any exceptions taken. The Government aims to award to the contractor whose overall proposal offers the best value, taking into account price and performance. The evaluation process will follow specific federal acquisition regulations (FAR), ensuring compliance with contracting laws including those related to small businesses and socioeconomic categories. Key contacts for soliciting information are identified, along with inspection and acceptance locations for service delivery. The solicitation incorporates various clauses for governance, aiming for a final award date by April 15, 2025, under a firm-fixed pricing structure. This initiative demonstrates the Government's commitment to supporting small businesses while fulfilling operational needs for propane services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Propane Supply and Delivery - Fort McCoy, WI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the procurement and delivery of approximately 145,000 gallons of propane gas annually to Fort McCoy, Wisconsin. The contract is intended to cover the period from April 1, 2026, to March 31, 2031, highlighting the importance of a reliable propane supply for the operations at the facility. Interested vendors can reach out to Dustin Robertson at 502-898-1255 or via email at dustin.t.robertson4.civ@army.mil for further details regarding the solicitation process.
    INDUSTRIAL GAS IDIQ
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime Puget Sound is conducting market research to identify potential suppliers for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for industrial gases and associated services. The procurement will cover a range of bottled and bulk gases, including Acetylene, Argon, Helium, Nitrogen, and Oxygen, along with tank rentals and maintenance services, to support operations at the Puget Sound Naval Shipyard and Submarine Base Point Loma in San Diego, California. This contract is crucial for ensuring timely delivery and compliance with military specifications, with a base year and four option periods anticipated. Interested vendors must submit their capability statements by 8:00 AM on December 31, 2025, to Denise M. Quist at Denise.Quist@dla.mil, and are encouraged to request site visits if needed.
    Purchase New Liquid Nitrogen Tank
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    400-Gallon Water Tanker Trailers
    General Services Administration
    The General Services Administration (GSA) is seeking quotations for twenty (20) 400-gallon water tanker trailers as part of a small business set-aside procurement. These trailers are intended to replace aging equipment for the Department of Navy and must meet stringent Military and Society of American Engineer standards for both tactical and commercial use. The procurement emphasizes the importance of robust design features, including a 304L stainless steel tank and all-terrain capabilities, ensuring compatibility with various military and civilian tractors. Quotations are due by December 31, 2025, at 1:00 PM EST, and must be submitted electronically to John E. Hodges at john.hodges@gsa.gov. Interested vendors should also note that questions regarding the RFQ must be submitted by December 17, 2025.
    Government Owned, Contractor Operated (GOCO) Naval Air Station (NAS) Key West, FL Fuel Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking qualified small businesses to provide Contractor-Operated fuel storage and management services at Naval Air Station (NAS) Key West, Florida. The procurement involves the operation and maintenance of fuel facilities, including aircraft and ship aviation fuel services, ensuring safety, quality control, and environmental compliance. This opportunity is significant as it supports military operations by managing critical fuel resources, with a firm-fixed price contract anticipated to begin around January 1, 2026, featuring a four-year base period and additional options. Interested firms must demonstrate their capabilities and past performance, with responses due via email to designated contacts within DLA Energy, following the publication of the solicitation expected within the next 60 days.
    3.22 COG 2 Northeastern United States
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for fuel delivery services under the 3.22 COG 2 Northeastern United States program, specifically targeting small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement involves supplying various fuel types, including gasoline, diesel, and marine gas oil, to federal and state facilities across Connecticut, Massachusetts, Maine, New Hampshire, and New Jersey, with a performance period from April 1, 2026, to March 31, 2029. This contract is crucial for ensuring reliable fuel supply to military and government operations, with specific delivery requirements and environmental compliance standards outlined in the solicitation documents. Interested vendors must submit their proposals by January 15, 2026, at 12:00 PM EST, and can direct inquiries to COG 2 at 2026COG2Solicitation@dla.mil or Kandace Wright at kandace.wright@dla.mil.
    Liquid Argon delivery services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals from small businesses for liquid argon delivery services and microtank leasing. The procurement involves a five-year Blanket Purchase Agreement (BPA) for the provision of a 3000L liquid argon micro bulk tank with a 5K vaporizer, ultra-high purity liquid argon refills, and associated services such as delivery, setup, testing, and HAZMAT charges. This opportunity is critical for ensuring the availability of high-purity liquid argon, which is essential for various defense applications. Interested parties must submit their quotes by December 29, 2025, at 12 PM EST, including company information and a CAGE code, to the primary contact, Steven Besanko, at steven.besanko@navy.mil. The total ceiling price for this BPA is set at $349,999.
    29--TANK,FUEL,PORTABLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of portable fuel tanks, specifically NSN 2910016490252, under a Combined Synopsis/Solicitation notice. The requirement includes an estimated quantity of 9 units, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000, with a guaranteed minimum of one unit. These portable fuel tanks are critical for various military operations and will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    SWIVEL
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime - Puget Sound is soliciting bids for the procurement of swivel nut elbows, O-rings, and supporting rings, specifically targeting Women-Owned Small Businesses (WOSB). The contract requires compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including electronic invoicing via Wide Area WorkFlow (WAWF) and adherence to packaging standards, with destination inspection and acceptance in Yokosuka, Japan, by December 26, 2025. These components are critical for maintaining operational readiness and support for U.S. Navy operations. Interested contractors should contact Tricia Wintersteen at TRICIA.WINTERSTEEN@DLA.MIL or call 360-509-0205 for further details and to ensure compliance with all requirements.
    Gases Compressed and Liquefied
    Dept Of Defense
    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.