91--Purchase and deliver Unleaded Gasoline and Low Sul
ID: 140R2025Q0026Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Petroleum Refineries (324110)

PSC

LIQUID PROPELLANTS AND FUELS, PETROLEUM BASE (9130)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 10:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Reclamation, is seeking proposals for a Firm Fixed Price contract for the purchase and delivery of unleaded gasoline and low sulfur diesel fuel to the New Melones Recreation Resources Office in Sonora, California. The contract includes a Base Year and four one-year options, with an estimated annual requirement of 16,000 gallons of unleaded gasoline and 5,000 gallons of low sulfur diesel fuel, emphasizing adherence to safety regulations and environmental standards during deliveries. This procurement is exclusively set aside for SBA Certified Women-Owned Small Businesses, with evaluations based on pricing and past performance. Quotes are due by 3:00 PM PST on April 3, 2025, and interested vendors should contact Paul A. Hendree at phendree@usbr.gov for further details.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 12:04 AM UTC
The document is a Q&A regarding solicitation 140R2025Q0026 for fuel delivery under a federal contract, addressing various inquiries from potential vendors. The average delivery quantities are stated to be 1200-1500 gallons for unleaded gasoline and approximately 500 gallons for low sulfur diesel, though these figures may change. Details on economic price adjustments are specified, indicating that adjustments will be based on the terms laid out in the solicitation document. Historically, specific pricing data is unavailable; however, vendors are advised to refer to provided pricing examples. Additionally, the document clarifies that pricing adjustments will rely on the EIA California rate for invoicing, rather than the Stockton rack price, reflecting standard operational procedures for price derivatives in government contracts. This information is critical for vendors preparing proposals for the government’s fuel supply contract, ensuring clarity on pricing, delivery expectations, and adjustment mechanisms.
Mar 27, 2025, 12:04 AM UTC
This document outlines the requirements for hazardous material identification and Material Safety Data Sheets (MSDS) in the context of a federal contract (140R2025Q0026). It emphasizes that any hazardous material, as defined by Federal Standard No. 313, must be listed by the contractor and accompanied by appropriate identification numbers. Contractors are obliged to submit MSDSs prior to contract award, ensuring compliance with safety regulations (29 CFR 1910.1200(g)). The document mandates that any changes in material composition must be promptly communicated to the contracting officer with updated MSDSs. Moreover, it asserts that contractors must adhere to all relevant federal, state, and local laws regarding hazardous materials and underscores the government's rights to use, disclose, and duplicate hazardous material-related data for safety and medical purposes. The summary establishes the necessity for rigorous safety documentation to protect personnel and property while complying with regulatory standards throughout the contract's duration.
Mar 27, 2025, 12:04 AM UTC
This document serves as Amendment 0001 to solicitation 140R2025Q0026 issued by the Bureau of Reclamation's Division of Acquisition Services in Sacramento, CA. The main purpose of the amendment is to formally change the primary point of contact for the solicitation to Paul A. Hendree, providing his contact details for further correspondence. Additionally, it addresses various questions related to the solicitation, which are included in an attached "Questions & Answers" document. The amendment emphasizes the necessity for contractors to acknowledge receipt of the amendment in their offers to avoid rejection, and it clarifies that all other terms and conditions of the original solicitation remain unchanged. Contractors are directed to communicate any changes to their offers prior to the solicitation's specified deadline. This document is part of standard federal procurement processes aimed at ensuring clarity and compliance in government contracts.
Mar 27, 2025, 12:04 AM UTC
The Bureau of Reclamation seeks proposals for a Firm Fixed Price contract for the delivery of unleaded gasoline and low sulfur diesel fuel to the New Melones Recreation Resource Office in California. The contract has a Base Year and four one-year options, with a total estimated requirement of 16,000 gallons of unleaded gasoline and 5,000 gallons of low sulfur diesel fuel annually. The solicitation is set aside exclusively for Woman-Owned Small Businesses and will prioritize evaluation based on pricing and past performance. Quotes are due by April 3, 2025, with an emphasis on adherence to safety regulations and environmental standards during deliveries. Contractors must maintain appropriate licensing and registration and comply with federal clauses regarding equal opportunity and subcontracting limitations. The contract also outlines specific delivery schedules, payment terms, and a performance work statement detailing the operational requirements for serving the recreation area, ultimately ensuring safety, efficiency, and support for park maintenance activities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Folsom Dam Trash Collection and Disposal
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide trash collection and disposal services at Folsom Lake, California, through a Request for Quote (RFQ) numbered 140R2025Q0037. The contract encompasses a five-year period, starting from July 12, 2025, to July 11, 2030, and includes weekly pickups of government-owned trash and cardboard bins, as well as contractor-owned roll-off containers for various waste types. This procurement is vital for maintaining an efficient and environmentally responsible waste management system, ensuring compliance with federal guidelines while promoting small business participation. Interested vendors must submit their quotes by May 7, 2025, at 3:00 PM PST, and can direct inquiries to Sherry Heibeck at sheibeck@usbr.gov or by phone at (916) 978-6188.
PURCHASE AND INSTALL OF A FUEL SYSTEM ON A 2017 FORD F450.
Buyer not available
The General Services Administration (GSA) is soliciting quotes for the purchase and installation of a fuel system for a 2017 Ford F450 vehicle, under requirement number 47QMCCFTWMCCG710872U01. Vendors are expected to perform necessary repairs in compliance with EPA and OSHA standards, ensuring that all equipment is covered by manufacturer warranties and that they possess the required licenses and insurance. This procurement is set aside for small businesses and will be awarded based on the lowest price technically acceptable (LPTA) criteria, with quotes due by April 28, 2025. Interested vendors must register in the System for Award Management (SAM) and may direct inquiries to Procurement Contracting Officer Robert Yates by April 27, 2025.
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.
Propane Services, Steamtown National Historic Site
Buyer not available
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 derekbarber-richards@contractor.nps.gov.
GAOA BISHOP CAMPGROUND WATERLINE REPAIRS
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors for the GAOA Bishop Campground Waterline Repairs project in California. This procurement aims to address necessary repairs to the waterline infrastructure at various campgrounds, ensuring safe and functional water systems for public use. The project is significant for maintaining recreational facilities and enhancing community infrastructure, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their quotes by May 9, 2025, and are required to begin work within ten days of receiving the notice to proceed, completing the project within ninety days. For further inquiries, contact John Cabral at jcabral@blm.gov or call 707-438-5293.
Fuel (Beale AFB Airshow 2025)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for fuel delivery services for the 2025 Beale Airshow at Beale Air Force Base in California. The selected contractor will be responsible for delivering a minimum of 3,000 gallons of 100LL AVGAS, with the possibility of increased quantities as requested by the government, and must ensure compliance with safety regulations while providing qualified refueling support throughout the event. This procurement is critical for ensuring safe and efficient aviation operations during the airshow, with an emphasis on safety, security, and incident reporting as outlined in the attached Statement of Work. Interested parties are encouraged to submit their responses to Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil, as all correspondence related to this opportunity should be directed to them.
Diving Services 3 at the Folsom Dam
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified small businesses to provide diving services for debris removal at the Folsom Dam. The procurement involves deploying a five-person dive crew to safely remove wood debris obstructing control device shutter panels at Units 1 and 2, with a performance timeframe of seven days following the order receipt. This initiative is crucial for maintaining operational efficiency and environmental safety within the Bureau's infrastructure projects. Interested vendors must submit their quotes by April 14, 2025, and can direct inquiries to Chelsea Tikotsky at ctikotsky@usbr.gov or by phone at 916-978-5459.
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.
Fuel Oil and Propane Delivery for FB in Vermont
Buyer not available
The General Services Administration (GSA) is preparing to solicit bids for the delivery of fuel oil and propane to various government locations throughout Vermont. This procurement aims to fulfill the ongoing requirement for the supply and delivery of these fuels to multiple sites, including Beebe Plain, Derby Line, New North Troy, Norton, Richford, W. Berkshire, and Alburg Springs. The contract will be set aside for small businesses, adhering to the Federal Acquisition Regulation (FAR) guidelines, and is expected to be a time and materials contract with a one-year performance period and a possible six-month extension. Interested vendors should monitor beta.sam.gov for the solicitation release, anticipated around April 14, 2025, and can contact Huy Le or Mathew Moody at the GSA for further information.
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.