AK-INNOKO NWR-MCGRATH HEATING OIL
ID: 140FS124Q0130Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 1Falls 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. Fish and Wildlife Service is seeking quotes for the procurement of heating oil for the Innoko National Wildlife Refuge in McGrath, Alaska. The contract requires the delivery of heating oil on a monthly basis to two specific locations, with an initial contract period from September 2, 2024, to September 1, 2025, and options for four additional years extending through 2029. This procurement is crucial for maintaining operational heating needs at the facilities, ensuring compliance with federal regulations, and promoting small business participation as it is designated as a Total Small Business Set-Aside. Interested vendors must submit their quotes by the specified deadline and ensure they are registered as active vendors on SAM.gov; for further inquiries, they can contact Oscar Orozco at oscar_orozco@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service is seeking quotes for a one-year contract for heating oil delivery to facilities in McGrath, Alaska, with options for four additional years. The contractor will be expected to maintain three tanks filled monthly, with deliveries scheduled Monday through Friday. The solicitation is open to small businesses, and the award will be based solely on the lowest price meeting bid requirements. Interested parties must submit their quotes on company letterhead or SF-1449 form, and be registered as active vendors on SAM.gov by the time an award decision is made. The initial delivery period is anticipated to begin soon after the contract award, running from September 2, 2024, to September 1, 2025, with the potential for contract extensions through September 2029. Compliance with safety standards, codes, and any necessary permits is mandatory, and a site visit to assess delivery conditions is encouraged. The document includes various FAR clauses and provisions necessary for ensuring proper procurement practices.
    The document is an amendment to solicitation 140FS124Q0130 issued by a federal agency. It outlines procedural requirements for contractors to acknowledge receipt of the amendment and to modify their previous offers if necessary. The amendment extends the solicitation period and specifies that submissions must be received by a designated time to avoid rejections. It details that the period of performance for the related contract is from October 7, 2024, to September 1, 2025. The document serves as a formal notification regarding this extension and encourages contractors to reach out with any questions. Overall, it emphasizes procedural compliance and timeline adjustments within the context of government contracting processes.
    The document is a Request for Quotation (RFQ) from the U.S. Fish and Wildlife Service for the procurement of heating oil for the Innoko National Wildlife Refuge. The contract period is set from September 2, 2024, to September 1, 2025, with four additional option years extending to 2029. The RFQ is designated as a TOTAL SMALL BUSINESS SET-ASIDE under regulations that favor small business participation. Vendors are instructed to submit their quotes based on total price and quality compliance, with awards going to the lowest responsible offeror meeting bid requirements. Deliveries will support two locations in McGrath, Alaska, maintaining specific monthly filling schedules for heating oil tanks. Contractors are advised to visit the sites for conditions assessment before quoting. Comprehensive pricing must include all related costs. The document outlines the necessary compliance with federal regulations and describes the process for invoicing and payment through the Invoice Processing Platform (IPP). Overall, this RFQ aims to establish a contract for regular heating oil deliveries while promoting small business involvement and ensuring regulatory adherence within the specified operational framework.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    IL CRAB ORCHARD NWR HVAC SERVICE BPA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from small businesses for a Blanket Purchase Agreement (BPA) to provide HVAC services at the Crab Orchard National Wildlife Refuge. The BPA, which will cover a five-year period from November 11, 2024, to November 10, 2029, includes maintenance, repair, and system services for the Refuge's headquarters and visitor center, with a focus on routine service, diagnostics, and essential repairs. This procurement is crucial for ensuring the efficient operation of HVAC systems, which are vital for maintaining a comfortable environment for both staff and visitors. Interested contractors must submit their proposals electronically by November 1, 2024, and are required to attend a mandatory site visit prior to submission. The maximum value of the BPA is set at $250,000, and inquiries can be directed to Jeremy Riva at jeremyriva@fws.gov or by phone at 303-236-4327.
    25--WA Butler Hansen Road Maintainer
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of a road maintainer for the Julia Butler Hansen Refuge in Washington, under solicitation number 140FGA24Q0027. The procurement aims to acquire a single unit of a road maintainer that meets specific technical requirements, including adjustable wings and hydraulic lift cylinders, to support the maintenance of infrastructure at wildlife refuges. This initiative is part of the FWS's commitment to enhancing operational capabilities while promoting small business participation in federal contracting opportunities. Interested vendors must submit their quotes by October 28, 2024, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award, which is anticipated to commence on November 15, 2024, and conclude by February 13, 2025.
    Y--TN-DALE HOLLOW NFH-HVAC PURCH & INSTALL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking proposals for the purchase and installation of an HVAC system at the Dale Hollow National Fish Hatchery in Celina, Tennessee. The project involves installing a heating and cooling system, specifically a heat pump of 10 tons or larger, in a newly constructed 4,000 square foot facility designed to maintain aquatic species at optimal temperatures. This procurement is crucial for enhancing the hatchery's operational efficiency and supporting endangered species conservation efforts. Interested small businesses must submit their proposals by November 15, 2024, and can direct inquiries to Nicole Johnson at nicolecjohnson@fws.gov. The estimated project budget is below $25,000, and the contract will be awarded based on a best value evaluation considering price, technical capabilities, and past performance.
    CO-INFO RESRCS & TECHLGY-HPE NIMBLE DEVICES SOFTWA
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the renewal of hardware and software support services for its HPE Nimble infrastructure under Request for Quotation (RFQ) number 140F1S24Q0100. The procurement aims to secure these essential services from November 15, 2024, to November 14, 2025, with an option for a six-month extension until May 14, 2026. This support is critical for maintaining the operational efficiency of the agency's IT infrastructure, which plays a vital role in its mission. Interested vendors must submit their inquiries by October 14, 2024, and provide their quotations by October 23, 2024, adhering to the specified submission guidelines. For further information, vendors can contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    MORU & BADL Large Propane Tanks IDV
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking quotations for the supply and delivery of propane via an Indefinite Delivery Vehicle (IDV) contract for Mount Rushmore National Monument and Badlands National Park in South Dakota. This procurement is set aside for small businesses and encompasses five ordering periods from December 16, 2024, to December 15, 2029, with an estimated total contract value of $800,000. The propane is essential for operational needs at these national parks, ensuring a reliable energy source for various activities. Interested vendors should submit their price quotes, including all associated costs, and can contact Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510 for further information.
    Replace HVAC at Maintenance & Curatorial Bldgs - S
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of HVAC systems at the Maintenance and Curatorial Buildings located in Skagway, Alaska. This project is a Total Small Business Set-Aside, aimed at enhancing climate control and energy efficiency within the facilities, with an estimated contract value ranging from $500,000 to $1 million. The selected contractor will be responsible for adhering to specific technical and performance standards, ensuring compliance with safety regulations, and completing the work within a performance period of 330 calendar days. Proposals must be submitted by October 25, 2024, and interested parties can contact Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719 for further details.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine amphibious water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The procurement aims to secure four contractor-operated and maintained aircraft, which must meet specific FAA airworthiness criteria, including a tank capacity of 800 US gallons and the capability to operate from gravel runways. This contract is crucial for ensuring effective fire management during the fire season, with services anticipated to be required annually from May 20 to August 2, following a five-year ordering period starting April 1, 2025. Interested bidders should note that the solicitation is expected to be issued around September 23, 2024, and can contact Heather Sizick at heathersizick@ibc.doi.gov for further inquiries.
    AGFO BPA PROPANE
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for the provision of bulk liquid propane delivery and maintenance services at the Agate Fossil Beds National Monument in Nebraska. The contractor will be responsible for refilling propane tanks, conducting maintenance inspections, and ensuring compliance with safety standards, including annual leak tests. Propane is critical for heating and generator operations at the monument, making this service essential for its functionality and safety. Interested parties should contact Nathan Ziegler at nathanziegler@nps.gov or call 605-574-0480, with a maximum contract value of $120,000 over five years and individual order limits of $10,000. Proposals must adhere to submission protocols outlined in the solicitation documents.
    RFQ North West Field, Guam, 35, 872 USG (DS2) RDD Oct 4 - 31st, 2024, QUOTES DUE Oct 1st, 2024 at 4PM PEARL HARBOR TIME
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency Energy, is soliciting quotes for the procurement of 35,872 gallons of Diesel Fuel (DS2) to be delivered to NORTH WEST FIELD, Guam, between October 4th and October 31st, 2024. This opportunity is specifically set aside for small businesses and requires compliance with stringent federal, state, and local environmental regulations, including adherence to ASTM D 975 standards for fuel quality. The timely delivery of this fuel is critical for operational readiness, particularly in the context of potential emergencies or disasters in the region. Interested vendors must submit their quotes by 4 PM Pearl Harbor Time on October 1st, 2024, and can direct inquiries to Luis Beza-Cay at Luis.Beza-Cay@DLA.mil or Candy Cross at CANDY.CROSS@DLA.MIL.
    Ship Propulsion Fuel (Bunkers)
    Active
    Dept Of Defense
    Solicitation notice from the DEPT OF DEFENSE, DEFENSE LOGISTICS AGENCY, DLA ENERGY is seeking Ship Propulsion Fuel (Bunkers). This procurement is for Distillates & Residuals used as ships' bunkers at various ports Worldwide. The fuel, including Commercial Marine Gas Oil (MGO), Fuel Oil, Intermediate, Grades RME-180 (FO 180), RMG-380 (IFO 380), and Very Low Sulfur Fuel Oil (VLSFO), will be delivered directly into U.S. vessels for DoD and Federal Civilian agencies by barge, truck, or pipeline. The ordering period is October 1, 2023, through September 30, 2024, and the delivery period is October 1, 2023, through October 31, 2024. This is a Requirements-Type, Fixed Price Contract. For more information, contact Mr. Francis Murphy at Francis.c.Murphy@dla.mil. Interested vendors must register in the SEA Card® Online program.