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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Boston National Historical Park - Snow Removal Ser
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuelmckenzie@nps.gov.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    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.
    J--LAKE25-101-CC LIFT STATION PUMP REPAIR
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the repair of two lift station pumps at Lake Mead, Nevada, under solicitation number 140P8125Q0031. The project involves comprehensive maintenance tasks, including cleaning, disassembling, repairing broken components, and testing the pumps to ensure operational efficiency, with a performance period scheduled from July 8, 2025, to August 8, 2025. This initiative is crucial for maintaining essential infrastructure within national recreation areas, reflecting the government's commitment to operational readiness and support for small businesses. Interested contractors must submit their quotes electronically by June 6, 2025, and can direct inquiries to Maria Stubitz at CrisStubitz@nps.gov or by phone at 702-293-8940.
    Annual Bulk Nitrogen deliveries with 4 option years
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking a contractor to provide annual bulk liquid nitrogen deliveries, with a contract duration of one base year and four option years. The selected vendor will be responsible for supplying approximately 8,500,000 standard cubic feet (scf) of liquid nitrogen annually, maintaining a bulk liquid nitrogen tank and gasifier, and ensuring uninterruptible nitrogen services during the transition from the current supplier. This procurement is critical for the USDA's Agricultural Research Service at the Eastern Regional Research Center in Wyndmoor, PA, where the nitrogen is essential for various research and operational activities. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Lynn Hults at lynn.hults@usda.gov or by phone at 912-464-9723.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.