Black HIlls NPS BPA
ID: 140P6325Q0006Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR NEKOTA(63000)Rapid City, SD, 57701, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

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

    The Department of the Interior, through the National Park Service, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for the supply and delivery of propane to various national parks and monuments in South Dakota, including Wind Cave National Park and Mount Rushmore National Memorial. The contract, which spans five years with an estimated ceiling amount of $300,000, requires contractors to provide propane delivery services, including immediate and deferred orders, with specific compliance to delivery timelines and invoicing formats. This procurement is vital for maintaining operational efficiency across national parks, ensuring they have the necessary fuel for various functions. Interested contractors should contact Joseph Kirk at joseph_kirk@nps.gov or call 605-574-0510 for further details, and must submit their quotations, including an Experience Questionnaire and Price Schedule, by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is planning to issue a solicitation for a Blanket Purchase Agreement (BPA) for propane delivery to various locations within the Black Hills National Parks in South Dakota. Solicitation No.: 140P6325Q0006 will utilize Simplified Acquisition Procedures under FAR Part 13, with the BPA not exceeding five years, from April 10, 2025, to April 9, 2030. This acquisition is exclusively for small businesses, as indicated by the NAICS code 324110, and is expected to be announced formally around February 24, 2024. Interested parties will have approximately 20 days to respond following the RFQ issue date, with bids anticipated around March 17, 2025. Vendors must be registered and active in the System for Award Management (SAM) to qualify, and inquiries can be directed to Joseph Kirk at the NPS. This procurement reflects the government’s commitment to working with small businesses while ensuring necessary propane supplies for park operations.
    The document outlines the Price Schedule for Solicitation No. 140P6325Q0006, which pertains to propane tank wagon deliveries for various national parks and historic sites. It requests vendors to provide a detailed markup price per gallon for propane, encompassing all associated costs such as taxes, fees, and surcharges. The pricing is segmented into five order periods for five designated locations: Badlands National Park, Jewel Cave National Monument, Minuteman Missile National Historic Site, Mount Rushmore National Memorial, and Wind Cave National Park. Each park requires a separate markup entry, culminating in an overall total. Vendors must complete the provided sections with their firm’s name, address, unique entity identifier, contact information, and confirm their quote with a signature and date. The structure emphasizes clarity in pricing expectations and ensures that offers are evaluated comprehensively. This solicitation reflects the federal government's procurement process for supplies and services critical to national park operations.
    This document serves as an experience questionnaire for contractors bidding on government contracts, specifically focusing on propane delivery services. It requests essential information about the contractor, including their name, type of business, years of experience, past performance on similar contracts, and availability of resources for the project. Contractors must detail their completed contracts over the past three years, current commitments, and any instances of failing to complete awarded work, along with the reasons for such failures. The form also inquires about the contractor's staffing capabilities, employee status, equipment availability, and qualifications of key personnel. Additionally, contractors are required to provide financial responsibility information, either through the completion of the form or by submitting a statement from their financial institution. The document emphasizes the necessity for accuracy and completeness in the provided information, affirming the contractor's intention to meet project specifications without deviation. This questionnaire reflects standard practices in federal and local RFPs, aiming to assess the qualifications of potential bidders to ensure successful project execution and compliance with government contracting requirements.
    The government RFP pertains to the supply and delivery of propane to various locations within Wind Cave National Park, Jewel Cave National Monument, Badlands National Park, and Mount Rushmore National Memorial in South Dakota. The contract spans five years, divided into annual ordering periods, with an estimated ceiling amount of $300,000. The document details consumption history across parks, highlighting past gallons used and order frequencies, and provides specific tank locations and capacities for propane storage. Delivery orders may be either immediate or deferred, requiring delivery within four business days after order placement. All deliveries must be pre-approved by the Contracting Officer, and invoices will need to adhere to specified formats. Pricing for propane will be determined based on a published newsletter's pricing, inclusive of the contractor's markup. This initiative underscores the government's procurement process for maintaining operations across national parks, emphasizing efficiency and regulatory compliance.
    The document outlines a Request for Quotes (RFQ) for a Blanket Purchase Agreement (BPA) concerning the supply and delivery of propane for the Black Hills National Park in South Dakota. The agreement aims to establish a streamlined procurement process for recurring propane needs over five years, with a total estimated value of $300,000 and individual purchase limits of $10,000. Contractors are expected to submit comprehensive quotations demonstrating their capability, including a completed Experience Questionnaire and Price Schedule. Quotes can be submitted electronically, preferably via email, and must include required certifications and representations. Evaluation criteria focus on technical capability and pricing, with the government retaining the right to accept any quote that offers the best value. The document also specifies compliance with several regulatory clauses, including provisions for small businesses and telecommunications equipment. Overall, the RFQ emphasizes reducing administrative burdens while ensuring fair competition and compliance with federal acquisition regulations. By prioritizing electronic submissions, it aims to facilitate more efficient processing of proposals, ultimately enhancing service delivery to the national park.
    Lifecycle
    Title
    Type
    Black HIlls NPS BPA
    Currently viewing
    Solicitation
    Similar Opportunities
    Propane Services, Steamtown National Historic Site
    Buyer not available
    The National Park Service, part of the Department of the Interior, is seeking qualified contractors to provide propane delivery services for the Steamtown National Historic Site in Scranton, PA. The procurement involves an indefinite delivery requirement contract for the delivery of between 500 and 5,500 gallons of liquid propane gas (LPG) monthly, ensuring that tanks remain between 30% and 80% full during regular business hours, with a service period commencing on March 1, 2025, and extending for a base year plus two optional years. This contract is crucial for maintaining operational efficiency at the historic site, and contractors must comply with federal, state, and local regulations, including safety inspections and repairs of tank components. Interested parties should note that the total estimated contract value is capped at $150,000, with an initial award likely under $50,000, and proposals are due by February 21, 2025. For further inquiries, contact Derek Barber-Richards at derekbarber-richards@contractor.nps.gov.
    GRSA PROPANE
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for a propane delivery contract to support operations at the Great Sand Dunes National Park in Colorado. The contract, set aside for small businesses, requires the delivery of approximately 13,000 gallons of propane annually over a five-year period, with specific delivery schedules and operational requirements outlined to ensure the continuous functioning of park facilities. Interested vendors must submit their quotations by February 21, 2025, and ensure they are registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI). For further inquiries, vendors can contact Luke Bowman at lukebowman@nps.gov or by phone at 928-638-7363.
    Sources Sought: Delivery of Bulk Propane Services to Pine Ridge Service Unit
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified contractors to provide bulk propane delivery services to the Pine Ridge Service Unit in South Dakota. The contractor will be responsible for maintaining propane tanks at specified levels, ensuring timely deliveries, and installing solar-powered telemetry for accurate tank monitoring, while adhering to quality standards and annual inspections. This procurement is vital for supporting healthcare facilities serving Indigenous communities, ensuring they have a reliable energy source for their operations. Interested parties should contact Ashleigh Yazzie at ashleigh.yazzie@ihs.gov or 605-377-3211 for further details, and must comply with the "Buy Indian Act" requirements as outlined in the associated documentation.
    B--MORU Rock Block Studies
    Buyer not available
    The National Park Service (NPS) is preparing to solicit proposals for Rock Block Monitoring Services at Mount Rushmore National Memorial in South Dakota. The contractor will be responsible for managing and maintaining the rock block monitoring system, ensuring its operability, and providing an annual report to the Contracting Officer’s Representative. This five-year firm-fixed price service contract, which includes five option periods, is crucial for the ongoing safety and preservation of the monument, with an anticipated solicitation release around February 20, 2025, and responses due approximately 20 days later. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
    Z--WICA Road 404 and 405 Gravel Resurfacing
    Buyer not available
    The National Park Service (NPS) is seeking contractors for the gravel resurfacing of Roads 404 and 405 at Wind Cave National Park in Hot Springs, South Dakota. The project aims to resurface approximately 3.4 miles of road, which includes realignment, installation of stormwater culverts, and low water crossings, with an anticipated start date in June/July 2025 and a duration of 180 days. This opportunity is crucial for maintaining the infrastructure of the national park, ensuring safe access for visitors and protecting the environment. Interested small businesses must submit their capability statements and relevant firm details by February 27, 2025, to Joan Brzezinski at joanbrzezinski@nps.gov, with an estimated construction cost ranging between $1 million and $5 million.
    Z--CHIRICHAHUA NATIONAL MONUMENT (CHIR) requires the
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking proposals for the replacement of the fuel island and tanks at Chiricahua National Monument in Arizona. The project requires contractors to provide all necessary labor, materials, and equipment, with a focus on installing a dual-side dispenser for gas and diesel, while utilizing existing concrete pads. This initiative is crucial for maintaining the infrastructure of the monument, ensuring compliance with federal regulations regarding labor standards, safety, and environmental protocols. Interested contractors must attend a mandatory site visit on February 20, 2025, and submit their quotes by March 7, 2025, with work expected to commence shortly after award notification and conclude by June 10, 2025. For further inquiries, potential bidders can contact Taylor Jones at TaylorAJones@nps.gov or by phone at 520-780-9294.
    Notice of Solicitation for Concession Opportunity for Lodging, Food & Beverage, Retail, and Camping within Badlands National Park
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for a concession opportunity that encompasses lodging, food and beverage services, retail, and camping within Badlands National Park in South Dakota. The objective of this procurement is to enhance visitor experiences by providing quality recreational services and amenities in one of the nation's treasured landscapes. These services are vital for supporting tourism and recreation, contributing to the park's operational sustainability and visitor satisfaction. Interested vendors can reach out to Eric Nikkel at ericnikkel@nps.gov or by phone at 402-661-1772 for further details, with the solicitation details available for review.
    BADL Solid Waste Collection
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for solid waste collection and recyclable cardboard disposal services at Badlands National Park in Interior, South Dakota. The contractor will be responsible for on-site supervision, compliance with regulations, maintenance of refuse collection vehicles, and proper waste handling to prevent spills, with a performance period commencing on April 1, 2025, and extending through March 31, 2030, including a base year and four optional renewal years. This procurement is crucial for maintaining cleanliness and environmental compliance within the park, ensuring effective waste management practices are upheld. Interested contractors should submit their quotes electronically, demonstrating technical capability and pricing, and may contact Joan Brzezinski at joanbrzezinski@nps.gov or 605-574-0515 for further information.
    Roof Coatings at Canyonlands National Park IAW Sta
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking quotations for roof coatings at Canyonlands National Park in Utah, specifically for re-coating an existing Chlorosulfonate Polyethylene (CSPE) membrane roof. The procurement requires suppliers to provide fluid applied roofing materials, including a Butter Grade sealant, a specially formulated membrane cleaner, embedment fabric, and both base and top coats, all adhering to stringent technical specifications. This initiative is crucial for maintaining the park's infrastructure and ensuring compliance with federal procurement regulations while promoting local and small business participation. Interested vendors must submit their quotations by the specified deadline, with delivery of materials required within a 21-day window following contract award, and can contact Kimberly Steele at kimberlysteele@nps.gov or 720-670-4557 for further information.
    S--SACN - BPA for Septic Pumping
    Buyer not available
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide septic pumping services through a Blanket Purchase Agreement (BPA) for the St. Croix National Scenic Riverway in Wisconsin and Minnesota. The contract, valued at up to $45,000, will cover the period from May 1, 2025, to April 30, 2030, and includes both routine and emergency pumping services to ensure compliance with environmental regulations and public safety at various remote locations. This procurement is critical for maintaining sanitary conditions in national scenic areas, supporting the overall operational efficiency and visitor safety of the parks. Interested small businesses must submit their proposals by 11:00 AM CST on February 26, 2025, and can direct inquiries to Adam Kircher at adamkircher@nps.gov or by phone at 402-661-1606.