Fuel Oil and Propane Delivery for FB in Vermont
ID: 47PB0025Q0017Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R1 ACQ MANAGEMENT DIVISIONBOSTON, MA, 02222, USA

NAICS

Petroleum Refineries (324110)

PSC

FUEL OILS (9140)

Set Aside

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

    The General Services Administration (GSA) is seeking qualified contractors for the supply and delivery of fuel oil and propane to various government locations in Vermont. This procurement involves a total small business set-aside for the as-needed delivery of fuel to sites including Beebe Plain, Derby Line, and Norton, with a performance period from May 1, 2025, to April 30, 2026. The services are critical for maintaining heating and operational efficiency at federal facilities, ensuring compliance with safety and environmental regulations. Interested contractors should submit their proposals, including pricing based on specified index and margin rates, by the due date outlined in the solicitation documents, and may contact Huy Le at huy.le@gsa.gov or Mathew Moody at mathew.moody@gsa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Performance Work Statement (PWS) for a performance-based service contract aimed at delivering propane and fuel oil. The contractor is tasked with managing all aspects of supply, including monitoring fuel levels, ensuring timely deliveries, and adhering to safety and environmental regulations. Key requirements include maintaining auto-fill levels for fuel, providing detailed proof of delivery ticket information, and developing a Spill Plan to prevent contamination in case of leaks. The contract stipulates that performance quality will be monitored through a Quality Assurance Surveillance Plan (QASP), which emphasizes inspections and customer feedback. The contractor's pricing structure includes a fixed margin above a fluctuating index rate, with funding based on estimated fuel quantities. The contractor must comply with all relevant regulations and be prepared for necessary adjustments throughout the contract's duration. Overall, this PWS aims to establish clear expectations and measurable outcomes to ensure effective service delivery, aligning with federal contracting guidelines, and stressing the cooperative relationship between the government and the contractor.
    The document provides detailed building information concerning fuel types, tank sizes, and heating systems for various locations in Yukon and surrounding areas. Each entry includes the building number, type of fuel (primarily #2 fuel oil, propane, or kerosene), number of tanks, tank sizes, and tank fill locations. It indicates whether tanks are US government-owned and specifies their positioning relative to buildings for heating purposes. The analysis of these facilities suggests a focus on ensuring reliable heating solutions and fuel management within government properties. This documentation is likely part of a broader governmental initiative related to resource management, sustainability practices, and compliance with safety standards in heating facilities across federal and local jurisdictions. Such detailed records are essential for informing about the infrastructure, potential upgrading needs, and any funding or grants that may be sought to enhance energy efficiency or safety compliance in government properties.
    The General Services Administration (GSA) has issued a solicitation for a Time and Materials contract dedicated to the delivery of fuel and propane in Vermont. Offerors are encouraged to submit multiple proposals, reflecting alternative terms and pricing options. The pricing structure will consist of an "Index Rate," representing direct material costs, and a "Margin Rate," encompassing additional direct and indirect costs. The document outlines requirements for cost submissions, including catalog pricing limits, and mandates detailed invoicing procedures. The solicitation encompasses sections on contract clauses, instructions for offerors, and evaluation criteria, focusing on technical capability, past performance, and experience. Submitters must adhere to strict submission formats and ensure their representations and certifications are current within the System for Award Management (SAM). The evaluation process will consider overall value to the government, prioritizing technical qualifications alongside pricing. The aim is to secure a vendor that can meet performance standards, respond efficiently to delivery requests, and ensure compliance with environmental regulations regarding fuel spills. Ultimately, GSA seeks to establish a reliable partnership for fuel procurement while ensuring safety and regulatory adherence.
    This document is a solicitation for commercial items, specifically geared towards the procurement of propane and fuel delivery services at GSA Federal Building locations in Burlington, Vermont, under a Time and Materials contract. The solicitation includes essential details such as the requisition number, offer due date, contact information, award information, and the schedule of services required. The performance period is set from May 1, 2025, to April 30, 2026. Items specified include deliverable quantities, unit prices, and the associated places of performance. The contractor is required to sign and return the document, agreeing to the terms and conditions outlined. This solicitation illustrates the government’s need for consistent fuel services and emphasizes the importance of adhering to Federal Acquisition Regulation (FAR) guidelines as referenced in the document. Overall, it serves to formalize the acquisition process while ensuring compliance and transparency in awarding contracts.
    This document outlines the requirements for offerors in a federal government solicitation related to fuel services for various locations. Offerors must fill in specific highlighted cells with Index Rates for the Base Year across different fuel types, enabling automated calculations of market prices and unit costs. The unit price combines the calculated market price and a proposed margin rate. Additionally, offerors are required to specify margin rates for both the Base Year and Option Periods to facilitate evaluation of cost efficiency over time. The Base Year is defined from April 1, 2023, to March 31, 2024, and includes various fuel delivery sites such as Derby Line, Beebe Plain, and Norton. The final evaluated price for the Base Year will be auto-calculated based on the submitted indices and margins. The document emphasizes the need for accurate data submission for transparent fiscal evaluation purposes, typical in governmental RFP processes aimed at ensuring competitive pricing and quality delivery of essential services.
    Lifecycle
    Similar Opportunities
    6830--Fuel Oil | Togus
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for fuel oil delivery services at the Togus VA Medical Center in Augusta, Maine, under solicitation number 36C24125Q0473. The procurement aims to establish a firm-fixed price contract for the annual delivery of approximately 11,000 gallons of heating oil, with specific requirements for compliance with federal regulations and the implementation of a spill prevention and response plan. This service is crucial for maintaining a reliable supply of heating fuel to support the operations of the medical center, ensuring the comfort and safety of veterans. Proposals are due by May 26, 2025, and must be submitted electronically to the designated contacts, Kenya Mitchell and David Valenzuela, at their respective email addresses.
    SPE60525R0213 COG 8 Posts, Camps and Stations (PC&S)
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is inviting proposals for the supply of various fuel products, including distillates and residuals, for the Department of Defense and federal civilian agencies across Idaho, Montana, Oregon, and Washington. This procurement is a Total Small Business Set-Aside under NAICS code 324110, with a contract period extending from October 1, 2025, to September 30, 2030, emphasizing the importance of reliable fuel supply for military and governmental operations. Proposals must be submitted electronically via the Offer Entry Tool (OET) by June 2, 2025, with questions directed to Regina Daniels or Ashley Koritzer by May 21, 2025. Interested vendors are encouraged to register in the DLA Energy Account Management and Provisioning System (AMPS) to participate in the bidding process.
    GMNF General Road/Civil Construction Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Contracts
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is preparing to issue a presolicitation notice for General Road/Civil Construction indefinite-delivery indefinite-quantity (IDIQ) contracts on the Green Mountain National Forest (GMNF) in Vermont. This opportunity is specifically set aside for small businesses and involves general road and civil construction and maintenance, primarily focusing on transportation-related repairs and construction, with a shared ceiling of $10 million over a five-year ordering period. Contractors will be required to provide comprehensive management, project administration, and logistical support, and must be registered with the System for Award Management (SAM) to be eligible for award. Interested parties can expect the solicitation to be publicly available on SAM.gov around June 2, 2025, and should direct inquiries to Erin Garcia at erin.garcia@usda.gov.
    Install Pedestrian Gate, USBP Swanton Sector HQ
    Buyer not available
    The General Services Administration (GSA) is seeking a contractor to install a new pedestrian gate at the Swanton Sector Headquarters of the U.S. Border Patrol in Vermont. The project involves the installation of the gate within the existing chain link fence adjacent to an automated vehicle gate, facilitating egress from the fenced area behind the main building. This procurement is significant as it enhances security and access for personnel at the facility. The estimated cost for this project ranges from $25,000 to $100,000, and it is exclusively reserved for small businesses under the Total Small Business Set-Aside program. Interested parties should note that the solicitation package will be available on or about April 29, 2025, and can direct inquiries to Lyska Bishop Benitez at lyska.bishopbenitez@gsa.gov or by phone at 617-531-2635.
    Purchase & Deliver of Unleaded Gasoline & Low Sulf
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for the purchase and delivery of unleaded gasoline and low sulfur diesel fuel for the New Melones Recreation Resource Office in Sonora, California. The procurement involves a firm fixed-price contract with a base year and four option years, primarily set aside for small businesses, requiring scheduled deliveries every four weeks for gasoline and every four months for diesel, with specified quantities for each contract line item. This fuel is essential for supporting operations at the recreation office, ensuring that services are maintained for public use. Interested bidders must register with the System for Award Management (SAM) and comply with federal regulations, with proposals due by the specified deadline. For further inquiries, contact Chelsea Tikotsky at ctikotsky@usbr.gov or call 916-978-5459.
    Red Hill Mobility Solar Fleet Kit for GMV, SKID STR PN# RHSOL-GMV or Equal
    Buyer not available
    The General Services Administration (GSA) is seeking bids for the procurement of 19 Red Hill Mobility Solar Fleet Kits, specifically the part number RHSOL-GMV or an equivalent product. The kits are designed to enhance the operational readiness of fleet vehicles by maintaining battery charge and reducing replacement costs, featuring a dual voltage solar panel system along with essential components like battery reconditioners and wiring harnesses. This procurement is set aside for small businesses and emphasizes compliance with federal regulations, with the goal of achieving the lowest price technically acceptable. Interested vendors must complete and return the attached Request for Quotation (RFQ) documents by the specified closing date, and for inquiries, they can contact Nancy Seale at nancy.seale@gsa.gov.
    GSA Fkeet Hybrid Sedans
    Buyer not available
    The General Services Administration (GSA) is seeking quotations for the procurement of two hybrid electric Toyota Corollas as part of its Urgent Requirements Program. Vendors must provide new, already manufactured vehicles ready for immediate delivery, adhering to specific vehicle specifications outlined in the attached documents. This procurement is crucial for maintaining an environmentally friendly and efficient federal fleet, emphasizing compliance with operational standards. Interested vendors must submit their quotes by May 22, 2025, and can contact John E. (Ed) Hodges at john.hodges@gsa.gov or 703-603-8586 for further information.
    GSA Leasing Support Services Max (GLS Max)
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors to provide Leasing Support Services under the GSA Leasing Support Services Max (GLS Max) initiative. The objective of this procurement is to facilitate a comprehensive national lease acquisition program that meets the needs of GSA and its Federal tenants through the provision of real estate services, including lease procurement actions and post-award services. This contract will be structured as a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum guaranteed value of $50,000 per awardee, and is expected to result in four distinct contract awards across two geographic territories. Proposals are due by 4:00 PM (Eastern Time) on May 5, 2025, and interested parties should contact Felipe P. Jolles at felipe.jolles@gsa.gov for further information.
    Janitorial Services for the Green Mountain National Forest Rochester RD
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for janitorial services at the Green Mountain National Forest Rochester Ranger District in Vermont. The contract will cover a base year from July 1, 2025, to June 30, 2026, with two optional renewal years, requiring regular cleaning tasks performed twice weekly and intensive cleaning every six months. This procurement is vital for maintaining a sanitary working environment for approximately 30 employees and 20 daily visitors, ensuring compliance with health and safety standards. Interested contractors must submit their proposals by May 21, 2025, and can direct inquiries to Keith Reichard at keith.reichard@usda.gov.
    Tanker Truck Fuel Pick-up
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking qualified vendors for a contract related to the supply of fuel services, including unleaded fuel, E-85 ethanol, and diesel fuel, for operations in Brunswick, Georgia. The procurement is set aside for small businesses and includes an amendment that clarifies vendor responsibilities, operational parameters, and compliance with regulations, particularly concerning trafficking in persons. This contract is crucial for ensuring a continuous fuel supply from October 1, 2024, through July 31, 2025, with potential extensions through 2029. Interested parties should contact Sheila Henley at sheila.henley@fletc.dhs.gov or call 912-267-2330 for further details and to acknowledge receipt of the amendment by the specified date.