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
    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. The procurement involves supplying various fuel types, including gasoline, diesel, and fuel oil, to federal and state facilities across Connecticut, Massachusetts, Maine, New Hampshire, and New Jersey, with a contract period from April 1, 2026, to March 31, 2029. This opportunity is crucial for ensuring reliable fuel supply to military and emergency facilities, with specific requirements for delivery timelines and environmental compliance. Interested vendors must submit their proposals by January 15, 2026, at 12:00 PM EST, and can direct inquiries to the primary contact at 2026COG2Solicitation@dla.mil.
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for snow removal services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming, under the solicitation titled "S--NHTIC SNOW REMOVAL 2026." The contract will cover a base year from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, and includes services such as snow plowing, sidewalk clearing, and ice removal to ensure safety for employees and the public. This procurement is particularly important for maintaining accessibility and safety in a historically significant area, with a focus on efficient snow management strategies. Interested bidders must submit their proposals via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov by December 22, 2025, at 2:00 PM Mountain Time, and are encouraged to review the updated bid schedule and site map provided in the amendments to the solicitation.
    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.
    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.
    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.
    DOI Main Building Food Services RFQ
    Interior, Department Of The
    The U.S. Department of the Interior (DOI) is seeking quotes for a contract to establish and operate food concession facilities at the Stewart Lee Udall Building in Washington, D.C. The procurement aims to provide breakfast and lunch services, operate a coffee bar, and potentially offer catering, all while adhering to federal wellness and sustainability guidelines. This Total Small Business Set-Aside opportunity includes a base period of one year with four additional one-year options, and the government will supply space, utilities, and some equipment necessary for operations. Interested contractors must submit their quotes by January 16, 2026, and can contact William Rilee at William.Rilee@bsee.gov or 703-787-1757 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.
    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.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    Z--Nicodemus NHS - Tuckpoint Masonry & Painting
    Interior, Department Of The
    The National Park Service (NPS) is conducting a market survey to identify qualified contractors for a tuckpointing, masonry, and painting project at Nicodemus National Historic Site in Kansas. The project involves cleaning approximately 3,747 square feet of exterior stone and brick, removing and replacing loose mortar, and inspecting and replacing glazing on multiple pane steel frame windows. This work is crucial for the preservation of the historic site and is anticipated to commence in late March 2026, with a project magnitude estimated between $25,000 and $100,000. Interested small businesses must be registered in the System for Award Management (SAM) under NAICS code 238140 and submit their responses, including a capability statement and bonding limits, via email to Adam Kircher at adamkircher@nps.gov by December 23, 2025, at 1200 CST.