ND-FWS TEWAUKON-BPA SETUP-FUEL
ID: 140FS225Q0002Type: Solicitation
2 AwardsDec 16, 2024
AwardeeNESHA Enterprises LLC 6240 W 135TH ST STE 100 Overland Park KS 66223 USA
Award #:140FS225A0005
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Petroleum Refineries (324110)

PSC

LIQUID PROPELLANTS AND FUELS, PETROLEUM BASE (9130)

Set Aside

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

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified suppliers to establish a five-year Blanket Purchase Agreement (BPA) for fuel purchase and delivery to the Tewaukon National Wildlife Refuge in North Dakota. The BPA will cover the supply of unleaded fuel and both clear and dyed diesel, with an estimated annual requirement of 5,000 to 5,500 gallons, and a maximum contract value of $250,000. This procurement is a total small business set-aside, emphasizing the importance of supporting small enterprises while ensuring compliance with federal regulations. Interested suppliers should contact Renee Babineau at renee_babineau@fws.gov or call 404-679-7349 for further details, with submissions due in accordance with the outlined solicitation instructions.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quotation (RFQ) for a Blanket Purchase Agreement (BPA) regarding fuel supply for the Tewaukon National Wildlife Refuge in North Dakota. The BPA is set for a five-year term from January 1, 2025, to December 31, 2030, with a maximum value of $250,000. Suppliers are required to deliver unleaded fuel and clear and dyed diesel, with an estimated annual need of 5,000 to 5,500 gallons, while adhering to specific pricing and credit card acceptance criteria. The solicitation emphasizes that this acquisition is a total small business set-aside, encouraging participation from small enterprises. It includes detailed instructions for submission, evaluation criteria focusing on price, delivery times, and terms of service. The document stresses the importance of compliance with various federal regulations and provides contacts for inquiries regarding the RFQ. Ultimately, the purpose of the RFQ is to secure reliable, cost-effective fuel supplies while supporting small businesses and maintaining adherence to governmental procurement standards.
    Similar Opportunities
    91--#1 Diesel Fuel for Cheyenne River Agency
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply 7,000 gallons of 1 Diesel Fuel Clear for the Cheyenne River Agency located in Eagle Butte, South Dakota. The procurement is set aside for Indian Economic Enterprises (IEEs), and the contractor will be responsible for delivering the fuel to a government-provided storage tank within seven calendar days of order receipt, adhering to all applicable regulations and obtaining necessary tribal licenses. This fuel is essential for supporting operations at the agency, emphasizing the importance of compliance with federal, tribal, and state laws. Interested parties must acknowledge Amendment 0001 to the solicitation and submit their quotations via email to Jodi Zachary by December 19, 2025, at 9:00 AM Pacific, with the contract period of performance commencing on January 9, 2026.
    54--NV-DESERT NWR-2300-GALLON HDPE WATER RESERVE TANKS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is soliciting bids for the procurement of eleven 2300-gallon High-Density Polyethylene (HDPE) water reserve tanks for the Desert National Wildlife Refuge in Las Vegas, NV. These tanks are required to match existing models and will be utilized to store potable water for wildlife, particularly in drought-prone areas. The contract is a 100% Total Small Business set-aside, firm-fixed-price agreement, with quotes due by December 22, 2025, at 5:00 pm EST, and a performance period from December 29, 2025, to February 16, 2026. Interested vendors should direct inquiries and submissions to Khalilah Brown at khalilahbrown@fws.gov.
    J--Region 4 Fleet Maintenance and Repair BPA
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking industry feedback for a proposed 10-year Blanket Purchase Agreement (BPA) for fleet maintenance and repair services across Region 4, which includes Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, North Carolina, Puerto Rico, South Carolina, Tennessee, and the U.S. Virgin Islands. The BPA will cover a comprehensive range of automotive repair services, including diagnostics, fluid and filtration services, electronics, engine repairs, and paint/body work, with vendors required to provide estimates prior to commencing work. This procurement is crucial for maintaining the operational readiness of the agency's vehicle fleet, ensuring that services are performed efficiently either in-shop or in the field. Interested vendors can direct inquiries to Joni Dutcher at jonidutcher@fws.gov or call 571-447-8387, with the opportunity open for comments prior to the solicitation issuance.
    Tanker Truck Fuel Pick-up
    Homeland Security, Department Of
    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.
    38--Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a skidder with a sprayer for the North Florida Refuge Complex, under solicitation number 140FS326R0001. The procurement aims to acquire a tracked or wheeled skidder equipped with specific features, including a Tier 4 engine and a sprayer with a minimum 500-gallon capacity, to support wildlife management efforts. This equipment is crucial for effective habitat management and conservation practices within the refuge. Interested small businesses must submit their quotes by December 22, 2025, with the contract award anticipated by September 30, 2026. For further inquiries, contact Fred Riley at fredriley@fws.gov or Joshua Havird at joshuahavird@fws.gov.
    68--ID-FWS MINIDOKA NWR-HERBICIDE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids from small businesses for herbicides and adjuvants to control invasive weeds at the Minidoka National Wildlife Refuge in Rupert, Idaho. The procurement aims to secure products that meet specific active ingredient requirements, including Milestone, Escort XP, Telar XP, Opensight, and Rejuvra, all of which must be registered for use in Idaho. This total small business set-aside opportunity is critical for maintaining the ecological integrity of the refuge, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Quotes are due by December 22, 2025, at 1:00 PM EST, and must be submitted via email to Marshall Richard at marshallrichard@fws.gov, with delivery required within 30 days of contract award.
    Skidder w/ sprayer, North Florida Refuge Complex
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for a Skidder with a sprayer for the North Florida Refuge Complex, with the contract set aside exclusively for small businesses. The procurement requires a tracked or wheeled skidder that meets specific technical specifications, including a Tier 4 engine, a minimum of 200-220 HP, and a sprayer with a capacity of at least 500 gallons, designed for effective land management within the refuge. This equipment is crucial for maintaining the ecological health of the refuge, and the contract is scheduled for award by September 30, 2026. Interested vendors must submit their quotes by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    MN VALLEY DEBRIS BLOWER
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotations for the procurement of a debris blower for the Minnesota Valley National Wildlife Refuge. The required debris blower must feature a 24.6 hp gas engine, a high-efficiency axial flow fan, and a handheld wireless RF controller, among other specifications, with a delivery date set for March 1, 2026. This equipment is crucial for maintaining the refuge's landscape and ensuring the health of its ecosystems. Interested small businesses must submit their quotations by December 22, 2025, to Jeremy Riva at jeremyriva@fws.gov, with the award based on best value considerations including specifications compliance, past experience, and price.
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    Fuel Dispenser Maintenance
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for fuel dispenser maintenance at Fort Drum, NY. The services include repairing, replacing, testing, and reprogramming fuel dispensing systems and associated equipment. The Contractor must comply with federal and local codes and regulations. The BPA will be evaluated annually and may last up to five years. Interested parties must be registered with SAM under NAICS code 811310. Contractors responding before 05 January 2024 will receive a Master BPA. The performance period for the MBPA will be from 02 June 2024 to 01 June 2029.