Propane Services, Steamtown National Historic Site
ID: 140P4325Q0018Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Petroleum Refineries (324110)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 6:00 PM UTC
Description

The National Park Service, under the Department of the Interior, is seeking qualified small businesses to provide propane supply and delivery services for the Steamtown National Historic Site. The contract, which is set to commence on March 1, 2025, and may extend for up to three years, requires the delivery of 500 to 5,500 gallons of liquid propane gas monthly, particularly during winter months, ensuring compliance with safety regulations and operational efficiency. This procurement is crucial for maintaining the site's operational needs and safety standards, with a total expected contract value not to exceed $150,000. Interested vendors must submit their quotations by April 14, 2025, and can direct inquiries to Derek Barber-Richards at derek_barber-richards@contractor.nps.gov.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 10:04 PM UTC
The National Park Service seeks a contractor for propane delivery at Steamtown National Historic Site, establishing an indefinite delivery requirement contract for up to three years. The contract requires delivery of 500–5500 gallons of liquid propane gas (LPG) monthly, especially during winter months. Deliveries must keep tanks between 30% and 80% full and occur during business hours. The contractor is responsible for safety inspections, necessary repairs, and ensuring compliance with federal and state regulations regarding the transportation of flammable gases. The contract outlines a performance schedule beginning March 1, 2025, with two option years. The contractor must provide trained personnel and appropriate equipment, ensure a safe working environment, and report any issues with LPG levels or safety hazards. Key points include the location for deliveries, coordination with NPS staff, and the necessity for licensing and safety compliance. This document is part of federal RFP processes aimed at securing reliable propane services while ensuring safety and operational efficiency at the site.
Mar 31, 2025, 10:04 PM UTC
The document outlines a Request for Quotation (RFQ) for propane/fuel delivery services, specifically STEA RFQ PROPANE/FUEL DELIVERY 140P4325Q0018, released by the National Park Service. It includes a Past Performance Questionnaire aimed at evaluating potential contractors. Key components of the questionnaire seek information on the contractor's experience in similar work, years of contracting experience as either a Prime or Sub-contractor, and details of three relevant projects completed in the last five years, including their contract values and contact references. Additionally, it requires certification of the accuracy of provided information, as well as acknowledgment of any prior failures to complete awarded work. The form emphasizes the necessity of providing complete and accurate references, and it mentions submission details to a specified email address. This RFQ serves as a critical step in ensuring that the selected contractor has the requisite experience and reliability for delivering fuel services to government-related projects, fitting within the broader context of federal contracting procedures.
Mar 31, 2025, 10:04 PM UTC
The Technical Questionnaire for the STEA Propane/Fuel Delivery solicitation seeks detailed responses from offerors to evaluate their qualifications for the project. It emphasizes the importance of comprehensive and precise answers, as vague responses may result in disqualification. The questionnaire consists of five main questions focusing on the offeror’s project completion plan, relevant experience with similar projects, knowledge of the type of work, equipment to be utilized, and measures to ensure delivery quality. Offerors are encouraged to provide detailed, specific examples and maintain cost-effectiveness while adhering to the outlined Statement of Work and performance period. Responding thoroughly to these questions is essential for the selection committee’s decision-making process, stressing the commitment to quality and regulatory compliance in government contracting.
Mar 31, 2025, 10:04 PM UTC
The document outlines a Request for Proposal (RFP) for the provision of propane/fuel services under the STEA FY25 framework. Vendors are invited to submit pricing on an all-inclusive basis, covering costs such as travel, taxes, and fringe benefits necessary for fulfilling the purchase order. The pricing schedule requires vendors to specify their rates for three consecutive periods: the base period from March 2025 to February 2026, and two optional periods extending through February 2028. Each period estimates a fuel quantity of 12,500 gallons. Vendors must provide their contact details, DUNS number, and unique identifier, along with their total quoted price across all periods. The document serves to solicit competitive and reasonable pricing for propane/fuel services to meet government procurement standards, ensuring budgetary compliance while facilitating operational needs.
Mar 31, 2025, 10:04 PM UTC
The RFQ 140P4325Q0018 pertains to the procurement of propane by the National Park Service (NPS), specifically aiming to purchase and deliver diesel and gasoline fuel for Steamtown National Historic Site in Scranton, PA. This solicitation is set aside exclusively for small businesses under the Petroleum Refineries sector (NAICS 324110) and utilizes a simplified acquisition approach dictated by FAR Part 13. Bids must be submitted by April 14, 2025, and will be evaluated based on technical capability, past performance, and price reasonableness. The contract is structured as a fixed price with economic price adjustment, beginning in March 2025 over a potential three-year span. Offerors must demonstrate previous relevant experience, with detailed descriptions included in their submissions. The evaluation process emphasizes past performance quality and adherence to schedule, while price assessments will verify the offeror understands contract requirements. The document outlines administrative contacts, submission guidelines, and compliance requirements, ensuring contractors are aware of necessary regulations and conditions. This procurement initiative highlights the federal commitment to engaging small businesses in providing essential services at national sites.
Mar 31, 2025, 10:04 PM UTC
The document outlines a Request for Quotations (RFQ) from the National Park Service for a requirements-type contract concerning the supply and delivery of propane. The contract has an effective period from March 1, 2025, to February 28, 2026, with the possibility of two additional years, totaling an expected value not to exceed $150,000. The initial award is anticipated to be under $50,000 based on current scheduling needs. The offeror is responsible for delivering propane as per the attached statement of work. The solicitation specifies that the services fall under the category of compressed and liquefied gases and includes provisions for incorporating federal acquisition regulations. The document details the procurement process, including invoice submission requirements, and provides contact information for the contract specialist. This RFQ serves to facilitate the acquisition of propane for government use, emphasizing adherence to regulatory standards and procurement protocols.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Propane Tank Replumbing & Testing at Yosemite NP
Buyer not available
The National Park Service, part of the Department of the Interior, is seeking qualified small businesses to provide services for the replumbing, inspection, and testing of an 18,000-gallon above-ground propane tank at Yosemite National Park in California. The project aims to address substandard plumbing and potential leaks in the existing system, requiring contractors to supply necessary materials, including a temporary tank, and to adhere to local and state propane gas codes during the overhaul. This procurement is crucial for maintaining safety and operational standards within the park's infrastructure. Interested parties must submit their quotes by 5:00 PM Pacific Time on May 12, 2025, and direct any questions to Lisa Henson at lisahenson@nps.gov by April 29, 2025.
J--STEA: REHABILITATE MECHANICAL SYSTEM
Buyer not available
The Department of the Interior, through the National Park Service, is preparing to issue a Request for Proposal (RFP) for the rehabilitation of mechanical systems at the Steamtown National Historic Site in Scranton, PA. The project involves the complete installation of a hot water system, including boilers, vents, piping, and propane tanks, as well as modifications to existing hot water systems serving the History Museum and locomotive shop. This procurement is significant for maintaining the historical integrity and operational efficiency of the site, with a contract value estimated between $1 million and $5 million. Interested contractors must be registered in the System for Award Management (SAM) and submit proposals approximately 30 days after the solicitation is issued, which is expected to be available around April 24, 2025. For further inquiries, contact Roselyn Sessoms at RoselynSessoms@nps.gov or by phone at 718-815-6152.
54--Replace/Refinish Fuel Tanks at Harper's Ferry NHP
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide labor, materials, and supervision for the replacement and refurbishment of fuel tanks at Harper's Ferry National Historical Park in West Virginia. The project involves the removal of a non-compliant 2,000-gallon diesel above-ground storage tank and the refurbishment of a 4,000-gallon unleaded gasoline tank, ensuring compliance with safety and environmental regulations. This procurement is critical for maintaining the park's operational integrity and historical preservation, with a firm-fixed-price contract to be awarded based on the lowest price that meets technical requirements. Interested contractors must submit their quotes by May 8, 2025, following a site visit scheduled for April 17, 2025, and can direct inquiries to Brian Thornton at brianthornton@nps.gov or by phone at 240-220-8104.
WORI REPLACE BOILER AT STANTON HOUSE
Buyer not available
The Department of the Interior, through the National Park Service, is seeking proposals for a firm-fixed-price construction contract to replace the boiler at the Elizabeth Cady Stanton House, located in Seneca Falls, NY. The project involves the environmentally-friendly removal and replacement of an existing 100,000 BTU natural gas boiler, along with associated components, while adhering to historic preservation regulations and maintaining the integrity of the structure. This initiative is crucial for upgrading the infrastructure of a significant historical site, ensuring energy efficiency without compromising its historical value. Interested small businesses must submit their proposals by May 1, 2025, with the project performance period scheduled from July 15, 2025, to September 30, 2025. For further inquiries, potential bidders can contact Mary Hallmon at maryhallmon@nps.gov or call 850-826-1398.
NAVSUP FLC PUGET SOUND PROPANE DELIVERY & TANK RENTAL
Buyer not available
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.
Propane BPA FY25
Buyer not available
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.
S--PORTABLE TOILET RENTAL TO INCLUDE PUMPING, CLEANIN
Buyer not available
The Department of the Interior, specifically the National Park Service, is soliciting proposals for portable toilet rental services, including pumping, cleaning, and restocking, at Gettysburg National Military Park and the Eisenhower National Historic Site in Pennsylvania. The contract will cover the period from May 16, 2025, to November 30, 2025, with specific requirements for servicing during key events such as Dedication Day, Remembrance Day, and WWII Weekend, necessitating both standard and ADA-compliant units. This procurement is crucial for ensuring adequate sanitation facilities during significant historical commemorations, enhancing visitor experience and compliance with accessibility standards. Interested vendors must submit their quotes by April 25, 2025, and can direct inquiries to Deborah Coles at DebbieColes@nps.gov or by phone at 540-677-0325.
PIRO STAIR SUPPLIES
Buyer not available
The National Park Service, under the Department of the Interior, is seeking quotes for the procurement of stair supplies for the Pictured Rocks National Lakeshore in Michigan, as outlined in solicitation number 140P6425Q0033. This opportunity is a total small business set-aside, requiring suppliers to provide green pressure-treated lumber and associated hardware, all meeting specific quality standards for construction materials. The procurement is crucial for enhancing infrastructure within the national park, ensuring safety and improving visitor experience. Interested vendors must submit their quotes by 12:00 PM ET on April 28, 2025, and direct any inquiries to Colette Riegelmayer at coletteriegelmayer@nps.gov.
SERVICE BOILERS AT GOLDEN GATE NATIONAL RECREATION
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for a firm fixed-price contract to provide boiler maintenance services at the Golden Gate National Recreation Area in California. The project involves servicing eight boiler units across various buildings, ensuring operational efficiency and safety while preserving the historical integrity of the sites. Contractors must demonstrate relevant experience, possess a valid California C-4 license, and submit proposals by April 30, 2025, with evaluations based on price, experience, and past performance. Interested parties can contact Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435 for further details.
PUMPING NORTH RIM CONCRETE SEPTIC TANK
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide septic tank pumping and inspection services at the North Rim of the Grand Canyon National Park. The contractor will be responsible for all necessary labor, materials, and supervision to perform the pumping service and generate an inspection report, as outlined in the attached scope of services. This service is critical for maintaining the wastewater treatment facilities at the park, ensuring environmental compliance and operational efficiency. Quotations are due by 1:00 PM AZ time on May 22, 2025, with an anticipated award date on or before June 1, 2025. Interested parties should contact Taylor Jones at TaylorAJones@nps.gov or call 520-780-9294 for further information.