91--STEA-BULK COAL DELIVERY
ID: 140P4525Q0016Type: Solicitation
Overview

Buyer

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

NAICS

Surface Coal Mining (212114)

PSC

LIQUID PROPELLANTS AND FUELS, PETROLEUM BASE (9130)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking qualified small businesses to provide bulk coal delivery for the operational needs of the Steamtown National Historic Site in Scranton, PA. The procurement aims to secure bituminous coal necessary for maintaining steam locomotive operations, which are vital for historical demonstrations and educational programs related to steam railroading. This contract, set to commence on May 1, 2025, and extend until April 30, 2026, emphasizes the importance of quality control and timely delivery, with a total estimated quantity of approximately 150 tons of coal. Interested contractors must submit their quotes by April 25, 2025, and can direct inquiries to Derek Barber-Richards at derek_barber-richards@contractor.nps.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for bulk coal delivery to the Steamtown National Historic Site in Scranton, PA. The site maintains a live railroad yard featuring coal-fired steam locomotives and showcases the history of steam railroading in America. The contract is for the provision of bituminous coal to fuel the site's steam locomotives, requiring deliveries to begin on May 1, 2025, with subsequent shipments due within five business days upon request. The coal must meet specific quality standards, including size and sulfur content, and must be sourced domestically under the Buy American Act. Deliveries should occur between 8:00 AM and 2:00 PM, with inspection rights reserved for the site upon arrival. Additionally, contractors must ensure that no historical elements of the site are damaged and must provide secure storage for their materials. The contract runs from May 1, 2025, to April 30, 2026, emphasizing the importance of quality control, timely delivery, and maintenance of historical integrity. Invoicing will be processed electronically, and responsibilities for any damage incurred while on-site are clearly outlined. This document serves as a formal solicitation for contractors to assist in maintaining operational capabilities for the Steamtown National Historic Site.
    The document provides clarifications for Solicitation #140P4525Q0016, concerning the delivery of bulk coal to Steamtown National Historic Park. The government anticipates approximately 150 tons of coal delivered in increments of 20 tons, with pricing based on net tons. The contract is set as a one-year firm fixed price, with no options for extensions or additional years. Key specifications include size and sulfur content, while there is no requirement for coating the coal. Testing protocols are outlined, allowing for random testing of coal deliveries, with up to five tests possible over the contract's duration. Additional time for testing is granted, and if coal delivered fails quality standards (i.e., exceeding 2% sulfur), the contractor must replace it at no extra cost. There are no preferred supplier lists, and coal will be stored in an open-air environment, necessitating that delivery vehicles be suitable for this setting. The document emphasizes the necessity for accurate quotations based on previous experiences with pricing remains stable. This solicitation aims to procure high-quality coal while ensuring comprehensive testing and compliance with the established specifications, further illustrating the U.S. government's rigorous procurement standards.
    The National Park Service (NPS) is issuing a Request for Quotes (RFQ) for the procurement of bulk coal for the Steamtown National Historic Site in Scranton, PA, under solicitation number 140P4525Q0016. The RFQ is entirely set aside for small businesses, aligning with the NAICS code 212114 for surface coal mining. Interested contractors are to submit their quotes via email by April 25, 2025, with a subsequent performance period expected from May 1, 2025, to April 30, 2026. The selection criteria focus on technical capability, past performance on similar projects, and price reasonableness. Offerors must provide a project narrative and demonstrate satisfactory past performance through relevant project summaries from the last three years. The NPS will favor submissions showing effective past execution and thorough understanding of requirements. Additionally, compliance with various federal regulations and clauses is mandatory, including insurance and invoicing protocols. This procurement action highlights the government’s commitment to sourcing materials responsibly while enabling small business participation.
    The file outlines a Request for Qualifications (RFQ) for bulk coal delivery, specifically designated as STEA RFQ BULK COAL DELIVERY 140P4525Q0016. It includes a Past Performance Questionnaire that contractors must complete to demonstrate their experience and capabilities. Contractors are required to provide essential information, such as their business type, years of experience in relevant work, and details of three relevant projects completed in the past five years, including project value and reference contacts. The document emphasizes the need for thoroughness in sharing past performance data, including whether the contractor has failed to complete awarded work or has had bond-related experiences. A certification is also included, where the contractor must affirm the accuracy of their information. Additionally, space is provided for detailing experiences and duties related to the work, along with contact references. The completed form must be returned via email to the designated National Park Service official. This RFQ is part of federal processes aimed at ensuring qualified bidders are considered for government contracts.
    The technical questionnaire for the STEA Bulk Coal Delivery project (Solicitation # 140P4525Q0016) seeks detailed responses from potential contractors to evaluate their qualifications for the work. Key inquiries include the project execution plan aligned with the statement of work and budget, years of relevant experience with similar projects, demonstrable knowledge in coal delivery operations, equipment to be utilized for the tasks, and strategies for ensuring quality in deliverables. The document emphasizes the importance of comprehensive and clear responses, indicating that vague answers may lead to disqualification. The responses are critical for bid evaluation and decision-making for contract awards. This questionnaire serves as a means to assess capability and thorough understanding of project requirements among bidders, ensuring that only qualified contractors are considered for this federal solicitation.
    The document outlines a Request for Proposals (RFP) regarding the procurement of bulk coal for the period of May 2025 to April 2026. Offerors are required to submit a pricing schedule that includes an all-inclusive unit price per pound, accounting for various costs such as travel, taxes, and any other relevant expenses. The estimated quantity for this procurement is 2,000 pounds. Additionally, offerors must provide their business name, address, DUNS number, Unique ID, and contact information. The total estimated cost must be clearly indicated at the end of the pricing submission. This RFP reflects the federal government’s initiative to acquire necessary resources for operational needs, ensuring transparency and competitiveness in pricing.
    The document is an amendment to solicitation number 140P4525Q0016 concerning the procurement of coal for the Steamtown National Historic Site in Staten Island, NY. The amendment underscores the requirement for contractors to acknowledge receipt of the amendment by specified methods to ensure their offers are considered. The primary need for the coal procurement is to maintain steam operations, which is integral for demonstrating historical locomotives and providing educational experiences about steam-powered railroading. The period of performance for the contract is set from May 1, 2025, to April 30, 2026. The amendment serves to clarify the terms related to the submission and acknowledgment of offers while emphasizing the role of coal in preserving the authenticity of operational historic steam engines. All terms and conditions remain unchanged aside from those specified in the amendment, thereby ensuring continuity in the procurement process.
    The solicitation document outlines a Request for Proposal (RFP) for the bulk delivery of coal necessary for the operational needs of Steamtown National Historic Site. This coal is critical for maintaining steam locomotive operations, enabling accurate historical demonstrations, and supporting educational programs related to steam engines and the industrial era. The contract is set to commence on May 1, 2025, and will extend until April 30, 2026, with a specified delivery date of April 30, 2026. The procurement process is designed to adhere to federal regulations and aims to sustain the site's role in preserving an iconic aspect of American transportation history. The solicitation encourages participation from small businesses, including those owned by service-disabled veterans and economically disadvantaged groups. It highlights the importance of coal not only for operational continuity but also for preserving the historical integrity of the site and providing immersive educational experiences for visitors.
    Lifecycle
    Title
    Type
    STEA-BULK COAL DELIVERY
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Grit 20/40 Fine Coal Slag 4000lb Super Sacks, QPL 22262
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking quotations from qualified small businesses for the procurement of 112 containers (4,000 lb super sacks) of 20/40 Mesh Fine Grade Coal Slag Abrasive Blast Grit, conforming to MIL-A 22262, for use at the Portsmouth Naval Shipyard. This procurement is critical for blasting operations and is set aside exclusively for small businesses, with a total of 14 staggered deliveries anticipated over a one-year period following contract award, starting with the first delivery estimated for January 5, 2026. Interested vendors must submit their quotations by December 15, 2025, at 3:00 PM EST, and are required to provide descriptive literature, registration in the System for Award Management (SAM), and compliance with various federal acquisition regulations. For further details, vendors can contact Emily Kritzman at emily.kritzman@dla.mil.
    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.
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The procurement includes a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, to ensure safe access for employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. This service is critical for maintaining safety standards during winter months, with specific requirements for snow removal and ice management outlined in the solicitation documents. Proposals are due by December 18, 2025, and must be submitted via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov, with a pre-bid site visit scheduled for December 9, 2025, to familiarize potential bidders with the site conditions.
    87--Delta WH&B Facility Hay
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the procurement of 350 tons of weed-free alfalfa hay for the Delta Wild Horse and Burro Facility in Utah. The hay must be from the 2025 harvest, domestically grown, and meet specific quality and baling standards, with delivery required by January 31, 2026. This procurement is a total small business set-aside and will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation approach. Interested offerors must submit their quotes by December 15, 2025, at 5:00 PM Mountain Time via email to Tori Blunt Mayes at tbluntmayes@blm.gov, and must be registered in SAM.gov to be eligible for consideration.
    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.
    C--Sources Sought Notice
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is seeking qualified architect-engineer firms to provide multi-disciplinary design services through a Sources Sought Notice. This procurement aims to gather information on interested businesses to develop an acquisition strategy for a competitive Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will cover a five-year ordering period with a maximum value of $150 million and individual task orders not exceeding $3 million. The services will support projects located throughout the Intermountain Region and potentially nationwide, emphasizing the importance of professional licenses and compliance with federal regulations. Interested firms must respond by January 16, 2026, at 3:00 PM Mountain Time, and can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288 for further information.
    3.22 COG 2 Northeastern United States
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for fuel supply under the 3.22 COG 2 Northeastern United States program, specifically targeting small businesses. This procurement involves a Fixed-Priced, Requirements contract for various fuel products across Connecticut, Massachusetts, Maine, New Hampshire, and New Jersey, with a performance period from April 1, 2026, to March 31, 2029. The solicitation emphasizes the importance of submitting complete proposals, as incomplete submissions will be deemed unacceptable, and awards will be made based on the lowest total price per aggregate group. Interested vendors must submit their offers via the Offer Entry Tool (OET) 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.
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of Indiana 53 Crushed Stone for the Big Oaks National Wildlife Refuge located in Madison, Indiana. The selected vendor will provide the stone, which the Refuge will pick up using their own dump trucks, with quotes required to be submitted as a firm fixed price per ton, valid through June 1, 2026. This procurement is essential for the Refuge's operational needs, ensuring the availability of necessary gravel for various projects. Proposals must be submitted by December 18, 2025, at 1700 EST, and will be evaluated based on best value criteria, including specifications compliance, travel distance, past experience, and price. Interested vendors can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further information.
    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.