Propane BPA FY25
ID: FA452825QSE02Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4528 5 CONSMINOT AFB, ND, 58705, USA

NAICS

Petroleum Refineries (324110)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking vendors to establish a Blanket Purchase Agreement (BPA) for the bulk delivery of propane to the Propane Air Mixing Plant (PAMP) at Minot Air Force Base, North Dakota, for fiscal year 2025. Vendors must respond to delivery requests within 12 hours and complete deliveries within 24 hours after order confirmation, ensuring compliance with safety and federal regulations throughout the process. This procurement is set aside for small businesses under NAICS code 324110, with proposals due by April 28, 2025, at 12:00 PM CDT, and interested parties should contact Stiffler Engalla or Scott Stauffer for further details and submission protocols.

    Files
    Title
    Posted
    The document outlines a Blanket Purchase Agreement for propane refueling services at Minot Air Force Base (AFB), ND. It specifies key details such as the contractor's name, CAGE code, and pricing terms valid for one year. The agreement stipulates costs for propane per gallon under varying conditions, namely during the frost laws’ enforcement and when these restrictions are lifted. Additionally, it includes trip and delivery charges to Minot AFB under both scenarios. The agreement requires the contractor's signature to validate the terms and confirm the acceptance of the outlined costs and conditions. This document serves as an essential component of the federal procurement process, ensuring that the Air Force secures reliable fuel supply services through a structured and formalized agreement with the contracting party.
    The Department of the Air Force is issuing a Request for Quotation (RFQ) for a Propane Blanket Purchase Agreement (BPA) for fiscal year 2025, focusing on the supply of propane at Minot Air Force Base, ND. Interested vendors must respond to delivery requests within 12 hours and complete deliveries within 24 hours after order confirmation. This acquisition is exclusively set aside for small businesses under the NAICS code 324110, with a size standard of 1,500 employees. Proposals are due by April 28, 2025, at 12:00 PM CDT and must adhere to specific submission protocols via email to designated points of contact. The evaluation will prioritize technical capability and price competitiveness, with binding quotes required until April 30, 2026. Presentations must comply with various Federal Acquisition Regulations (FAR) clauses, including those promoting ethical business practices and ensuring equal opportunity for all employees. This solicitation aims to secure reliable propane delivery and support small business participation in government contracts, reflecting the Air Force's commitment to local economic growth and compliance with regulatory standards.
    The document outlines a Blanket Purchase Agreement for propane refueling services at Minot Air Force Base (AFB) in North Dakota. It specifies critical contractor details, including the contractor's name, CAGE code, and pricing terms that are valid for one year. Key components of the service include hourly labor charges for estimates and repairs, a minimum price for repair parts, and a trip charge to Minot AFB. The agreement emphasizes essential costs associated with propane refueling operations, ensuring clear communication of financial expectations. Overall, this agreement serves as a foundational contract intended for procurement within government systems, demonstrating the structured process in managing federal logistics and service agreements efficiently.
    The Statement of Work (SOW) details the requirements for propane delivery services to the Propane Air Mixing Plant (PAMP) at Minot Air Force Base, ND. The contractor is responsible for managing the delivery process, providing necessary equipment and personnel, and responding to delivery requests within 12 hours, with completion expected within 24 hours. Coordination with designated government personnel is mandatory for scheduling and procedure compliance during the filling process. Contractor responsibilities include adhering to safety measures, federal regulations, and maintaining the site without causing damage. Access requirements include obtaining passes for employees and ensuring they meet security and safety protocols. Environmental compliance is crucial, particularly in reporting spills and managing hazardous materials. Additionally, contractors must follow traffic laws, ensure valid driving licenses, and facilitate proper tobacco use per Air Force regulations. Overall, this SOW reinforces the importance of safety, compliance, and timely service, ensuring that operations at the base proceed smoothly and meet all federal and military standards.
    Lifecycle
    Title
    Type
    Propane BPA FY25
    Currently viewing
    Combined Synopsis/Solicitation
    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.
    Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, Whiteman AFB, MO.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking small business sources to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, and Whiteman AFB, MO. The selected contractors will be responsible for operating and maintaining these facilities, which includes managing the receipt, storage, issuance, and quality control of petroleum products, as well as maintaining the associated infrastructure. This procurement is significant for ensuring the efficient operation of military fuel supply chains, with the intention to award multiple firm-fixed price contracts for a base period of four years, starting November 1, 2026, and potentially extending for an additional five years. Interested parties must submit their responses by December 26, 2025, to the designated contacts, Joel McKinney and Gordon Braxton, via email, and are encouraged to register in the System for Award Management (SAM) and Wide Area Workflow (WAWF) prior to submission.
    Contractor-owned, Contractor-operated (COCO) bulk retail services at two locations on Fort Bragg, NC.
    Dept Of Defense
    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.
    Dome Maintenance Minot AFB
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron at Minot Air Force Base (AFB), is soliciting proposals for preventative maintenance and repair services for the Air-Supported Dome, also known as "The Dome." The contractor will be responsible for providing all necessary personnel, equipment, tools, materials, transportation, and supervision to ensure the operational integrity of critical systems, including inflation, generators, HVAC, and lighting, as outlined in the attached performance work statement. This contract is set aside for 100% small business concerns under NAICS code 811310, with a firm-fixed-price award anticipated for a performance period from January 31, 2026, to January 30, 2032. Interested parties must submit their quotes by January 5, 2026, and are encouraged to contact SrA Francesco Haydo at francesco.haydo@us.af.mil or 701-723-2892 for further information.
    Sources Sought: Minot AFB Construction MACC
    Dept Of Defense
    The Department of Defense, through the 5th Contracting Squadron, is seeking industry input for a potential Multiple Award Construction Contract (MACC) program at Minot Air Force Base (AFB) in North Dakota. This opportunity aims to identify qualified small businesses capable of performing maintenance, repair, minor construction, and design-build projects on real property at Minot AFB, which includes an extensive missile field. The anticipated contract will be a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) arrangement, with a projected ceiling of approximately $250 million over ten years, reflecting an average yearly construction budget of $22 million. Interested parties are encouraged to submit a Capability Statement to the designated contacts by January 7, 2026, with further details available on the System for Award Management (SAM) website.
    Blanket Purchase Agreement (BPA) for Cummins Power Parts
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services, is seeking proposals for a Blanket Purchase Agreement (BPA) specifically for Cummins Power Parts, with a focus on brand-name items only. This procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 333618, which pertains to Other Engine Equipment Manufacturing. The goods are essential for maintaining operational readiness and efficiency within military operations. Interested vendors should direct their inquiries to Melvina McNeill at melvina.l.mcneill.civ@mail.mil or by phone at 703-545-9495, with the exact address for performance to be provided upon award.
    Fuel Dispenser Maintenance
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for fuel dispenser maintenance at Fort Drum, NY. The services include repairing, replacing, testing, and reprogramming fuel dispensing systems and associated equipment. The Contractor must comply with federal and local codes and regulations. The BPA will be evaluated annually and may last up to five years. Interested parties must be registered with SAM under NAICS code 811310. Contractors responding before 05 January 2024 will receive a Master BPA. The performance period for the MBPA will be from 02 June 2024 to 01 June 2029.
    68--Propane for Turtle Mountain Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply propane for the Turtle Mountain Agency. The procurement involves delivering a total of 41,420 gallons of propane to various Bureau facilities, including essential locations such as the Detention Center and Fire Hall, with the objective of ensuring a safe and healthy environment for the agency's operations. This opportunity is set aside for Indian Economic Enterprises (IEEs), emphasizing the importance of supporting local businesses within the community. Interested parties must submit their quotes by December 16, 2025, at 5:00 PM CST, and can reach out to Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further information.
    Nitrogen Generator System and Nitrogen Storage Banks
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Robins Air Force Base, Georgia, is seeking proposals for a Nitrogen Generator System and two High-Pressure Nitrogen Storage Banks. The procurement aims to acquire a compact nitrogen generation system capable of producing nitrogen at a minimum flow rate of 18 SCFM and a pressure of 4,500 psi, along with storage banks that meet specified capacity and footprint requirements. This equipment is critical for supporting various operational needs within the Air Force, ensuring efficient nitrogen supply for maintenance and other applications. Interested small businesses must submit their proposals by December 23, 2025, at 12:00 PM EST, and direct any questions to Elizabeth Haines or SSgt. Bobby Ballow via the provided email addresses.
    Compressed Gas
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is soliciting quotes for the procurement of various compressed gases, including liquid nitrogen, helium, carbon dioxide, argon, acetylene, and oxygen, to be delivered to Tinker Air Force Base in Oklahoma. The contract is set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and requires adherence to strict delivery protocols, including packaging standards, inspection, and acceptance at the destination. This procurement is critical for supporting operations at Tinker AFB, ensuring that essential gases are available for various applications. Interested contractors must submit their quotes by the specified closing date and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.