ND-FWS TEWAUKON-BPA SETUP-FUEL
ID: 140FS225Q0002Type: Solicitation
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
  1. 1
    Posted Oct 31, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 31, 2024, 12:00 AM UTC
  3. 3
    Due Nov 15, 2024, 10:00 PM UTC
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
Oct 31, 2024, 2:51 PM UTC
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.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Y--ND-TEWAUKON NWR-REPLACE WATER DIS SYSTEM
Buyer not available
The U.S. Fish and Wildlife Service is soliciting bids for the replacement of the water distribution system at Tewaukon National Wildlife Refuge in Cayuga, North Dakota. This project involves the complete installation of a new water distribution network, including piping, curb stops, and connections to existing infrastructure, while adhering to safety, environmental, and regulatory standards. The initiative is crucial for maintaining essential water infrastructure that supports wildlife conservation efforts and operational needs at the refuge. Interested small businesses must submit their proposals via email by April 25, 2025, with a projected contract value between $100,000 and $250,000, and can direct inquiries to John Ferrall at johnferrall@fws.gov.
J--R6 - Vehicle Repair/Maint BPA setup
Buyer not available
The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for vehicle repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The procurement encompasses a wide range of services, including diagnostics, fluid services, electronics, and engine maintenance, with a focus on ensuring that vendors can provide certified mechanics and necessary repair parts. This BPA, valid from May 1, 2025, to April 30, 2035, aims to facilitate efficient vehicle maintenance for government operations while reserving 20% of awards for small businesses. Interested vendors must submit their proposals, including a signed form and hourly labor rates, to Robert Sung at robertsung@fws.gov by the specified deadlines to be considered for this opportunity.
R6 - Heavy Equipment BPA setup, repair/maint
Buyer not available
The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment repair and maintenance services across Region 6, which includes states such as Montana, Wyoming, and Colorado. The BPA will cover a wide range of services, including diagnostics, repairs, and parts replacement for heavy equipment, with a total ceiling amount of $12 million over a ten-year period, and aims to allocate 20% of awards to small businesses. This procurement is critical for maintaining the operational efficiency of the agency's equipment, ensuring that essential repairs and maintenance are conducted in a timely manner. Interested vendors must submit a signed form 1449, a statement of capability, and their hourly labor rates, with the contract period set to commence on May 1, 2025, and run through April 30, 2035. For further inquiries, vendors can contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
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.
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.
J--Region 4 Heavy Equipment Maintenance and Repair BPA
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service (USFWS), is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services in Region 4. The selected vendor will be responsible for providing all necessary tools and personnel to perform diagnostics, maintenance, and repairs on various heavy equipment, including backhoes and dozers, with services encompassing preventative maintenance, emergency repairs, field diagnostics, parts provision, and waste disposal. This BPA, which is set for a duration of ten years, is crucial for ensuring the efficient management of operational equipment used by the USFWS across multiple states and territories, with individual orders limited to $2,500 and oversight from trained personnel. Interested parties can contact Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387 for further details.
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.
MS-FWS NOXUBEE-HERBICIDE
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking proposals for herbicide application services at the Noxubee National Wildlife Refuge (NWR) in Mississippi, under solicitation number 140FS325Q0063. The primary objective is to manage invasive species, specifically Bicolor Lespedeza, by applying a specified herbicide mixture across approximately 124 acres, with a focus on compliance with environmental regulations and treatment protocols. This contract is set aside for small businesses and includes a base period of three months with two optional extensions, emphasizing the importance of effective habitat conservation efforts. Interested bidders must submit their proposals by April 22, 2025, with an anticipated award date of May 1, 2025. For further inquiries, contact Keith Rose at keithrose@fws.gov or call 612-713-5423.
Fuel Dispenser Maintenance
Buyer not available
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.
Locate eligible & qualified Indian Economic Enterprises (IEE) firms able to provide Bulk Delivery of Petroleum – Diesel and Gasoline for the IHS Pine Ridge Hospital, Pine Ridge, South Dakota and two satellite clinics in Kyle and Wanblee, South Dakota.
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking eligible and qualified Indian Economic Enterprises (IEE) firms to provide bulk delivery of petroleum products, specifically diesel and gasoline, for the IHS Pine Ridge Hospital and two satellite clinics located in Kyle and Wanblee, South Dakota. The procurement aims to ensure a reliable supply of fuel necessary for the operation of healthcare facilities serving the local community. This opportunity is set aside under the Buy Indian Act, emphasizing the importance of supporting Indian-owned businesses in fulfilling government contracts. Interested firms can reach out to Kim Carpio at kim.carpio@ihs.gov or by phone at 605-867-3369 for further details regarding this sources sought notice.