Propane Tank Replumbing & Testing at Yosemite NP
ID: 140P8525Q0029Type: Combined Synopsis/Solicitation
AwardedJun 6, 2025
$183.9K$183,898
AwardeeUTILITY ENERGY SYSTEMS, LLC 15575 190TH AVE NW Elk River MN 55330 USA
Award #:140P8525P0027
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR SF/SEA MABO(85000)SAN FRANCISCO, CA, 94104, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

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 small businesses to undertake the replumbing, inspection, and testing of an 18,000-gallon propane tank at Yosemite National Park. The project aims to address substandard plumbing conditions and potential leaks in the existing system, requiring contractors to provide all necessary materials, including a temporary tank to ensure continuous propane supply during the work. This initiative is crucial for maintaining safety and operational standards within the park's infrastructure. Interested contractors must submit their proposals by May 23, 2025, and can direct inquiries to Lisa Henson at Lisa_Henson@nps.gov or by phone at 928-612-0074.

    Point(s) of Contact
    Files
    Title
    Posted
    The RFQ 140P8525Q0029 details responses to inquiries regarding the replumbing and inspection of propane tanks at Yosemite National Park. Key points include uncertainty about the tank's liquid levels, the absence of specific outlet pressure information for regulators, and a flexible approach to replacing regulators with alternative manufacturers as long as functionality is maintained. It clarifies that existing diaphragm meters can be replaced but highlights the contractor's responsibility in managing propane removal and storage. The government will not provide temporary tanks, placing full responsibility for fuel management on the awarded contractor, which includes costs in their proposal. This document emphasizes clear expectations and responsibilities for contractors, ensuring operational continuity during maintenance activities. Overall, it reflects the government's commitment to maintaining safety and efficiency in park operations while managing propane resources effectively.
    The RFQ 140P8525Q0029 details a project at Yosemite National Park for the replumbing, inspection, and testing of an 18,000-gallon above-ground propane tank. Installed 30 years ago, the current plumbing is substandard and appears to leak, necessitating a comprehensive overhaul. The contract requires the contractor to supply all necessary materials, including a temporary tank to ensure continuous propane supply during the work. Key tasks involve replacing plumbing components, regulators, valves, and emergency shutoff switches while adhering to local and state propane gas codes. The contractor must inspect for possible tank cleaning needs and must manage an onsite presence during pressure tests. All work will occur during normal business hours at the El Portal Maintenance Complex, with a project performance period scheduled from August 2025 to December 30, 2025. The document emphasizes strict safety and operational protocols, considering both traffic and wildlife hazards in the park. This RFQ reflects the federal government's ongoing commitment to maintaining national park infrastructure and safety standards.
    The document titled "Attachment 02 - Photos of Tank EPB 759" consists solely of multiple pages of photographs related to the Tank EPB 759. These images likely serve to provide visual documentation and support for an associated federal or state RFP or grant application, illustrating the current condition, specifications, or context of the tank in question. The absence of textual content suggests that the photos may be part of an evidence package or supplementary material accompanying a proposal aimed at addressing tank maintenance, inspection, or regulatory compliance. The document's structure is straightforward, with each page dedicated to images, indicating a focus on visual assessment rather than narrative explanation. Overall, it appears to play a key role in substantiating technical or safety assessments that may influence government funding or project approval decisions.
    The document outlines a schematic for a building supply facility, identifying critical components and areas. Orange dots signify industrial-sized elements, while an "X" on these dots denotes locations lacking regulator replacements. Additionally, a blue rectangle marks a fenced tank area, indicating the presence of plumbing and associated components. This information is vital for understanding the facility's operational aspects and maintenance needs, ensuring compliance and safety within the infrastructure. The file implies a careful assessment of building supply processes, which may be relevant for government requests for proposals (RFPs) and grants focused on infrastructure improvements, regulatory adherence, and safety protocols within community projects. By delineating key structural components, the document supports informed decision-making regarding resource allocation and system updates, essential within the context of federal and local funding initiatives.
    The "Register of Wage Determinations" document from the U.S. Department of Labor outlines wage rates and fringe benefits for federal contractors under the Service Contract Act. It specifies the minimum wage for contracts based on Executive Orders 14026 and 13658, applicable to different contract dates. For contracts effective after January 30, 2022, the minimum wage is set at $17.75/hour, while for those awarded between January 1, 2015, and January 29, 2022, it is $13.30/hour. The document enumerates various occupations, their corresponding wage rates, and qualifications necessary for compliance. Additionally, it explains the benefits related to health and welfare, vacation, and holidays for employees. Contractors must adhere to specific regulations when classifying unlisted job positions and aligning wages accordingly. The document emphasizes the importance of compliance with labor standards to ensure fair pay, worker protections, and benefits for service employees under government contracts. Overall, this Register serves as an essential resource for contractors engaging with federal contracts, ensuring they meet federal wage requirements and protect worker rights.
    The RFQ 140P8525Q0029 is a solicitation for the replumbing, inspection, and testing of an 18,000-gallon propane tank at Yosemite National Park, issued by the National Park Service. The solicitation is structured as a combined synopsis/solicitation under the Federal Acquisition Regulations (FAR) and is exclusively open to small businesses, indicated by the NAICS code 811310, with a size standard of $12.5 million in average annual receipts. Offerors must submit a comprehensive quote demonstrating their technical capability and past performance alongside price, focusing on adherence to specified instructions. The government will evaluate submissions based on price, technical ability, and historical performance, potentially adding the total costs for options to the base requirement. A site visit is included to assist bidders in assessing project requirements. The solicitation details numerous FAR clauses that govern contract execution, emphasizing compliance with labor standards and contractor responsibilities. The aim is to ensure contractors understand the solicitation, stipulations for submitting quotations, and the evaluation criteria, ultimately facilitating a straightforward procurement process to enhance park operations.
    The document is an amendment to solicitation number 140P8525Q0029 for a project involving Propane Tank Replumbing, Inspection, and Testing at Yosemite National Park. The primary purpose of the amendment is to extend the solicitation deadline from May 12, 2025, to May 23, 2025. It stipulates that offers must acknowledge receipt of this amendment to avoid rejection. Additionally, it mentions that responses to pending questions will be provided in a subsequent amendment (0002). The period of performance for the project is set from August 1, 2025, to December 30, 2025. The amendment includes instructions for modifying existing offers and emphasizes that all other terms and conditions remain unchanged. This document is part of the federal government’s procurement process, specifically addressing contractual adjustments for a project aimed at maintaining safety and operational standards within the park.
    This government document is an amendment to solicitation number 140P8525Q0029 for the propane tank replumbing, inspection, and testing project at Yosemite National Park. The amendment addresses questions received during the solicitation period, ensuring clarity for prospective contractors. The period of performance for the project is outlined from August 1, 2025, to December 30, 2025. The document specifies various methods for contractors to acknowledge receipt of the amendment, emphasizing the importance of this acknowledgment for the acceptance of offers. Additionally, it highlights the contractor's obligations regarding modifications and administrative changes to contracts. Overall, the amendment serves to maintain transparency in the procurement process, assisting bidders in complying with the solicitation requirements and ultimately contributing to the successful execution of the project.
    The document is an amendment to solicitation number 140P8525Q0029 regarding the Propane Tank Replumbing, Inspection, and Testing at Yosemite National Park. The amendment (0003) addresses questions received during the solicitation period and corrects an earlier posting error where attachment for questions and answers was missing in amendment 0002. It includes all relevant questions and answers from the solicitation. The amendment stipulates that offers must acknowledge receipt prior to the specified deadline, with flexibility in submission through various methods such as letters or electronic communication. The performance period for this project is set from August 1, 2025, to December 30, 2025. Compliance with the amendment's requirements is essential, as failure to acknowledge may lead to offer rejection. The document emphasizes clarity in communication and adherence to government procurement protocols. Overall, this amendment is a critical update intended to ensure transparent and streamlined contract bidding processes.
    This document outlines a Request for Proposal (RFP) related to the replacement, inspection, and testing of propane tanks at Yosemite National Park. It includes essential details such as the solicitation number (140P8525Q0029), the issuing office in San Francisco, CA, and the due date for offers, which is set for April 11, 2025, at 1700 local time. The work involved is categorized under the North American Industry Classification System (NAICS) as miscellaneous equipment installation (N099). Key tasks specified include the replumbing, inspection, and testing of propane tanks, with a performance period from August 1, 2025, to October 30, 2025, along with an option for tank cleaning. The proposal is open to small businesses, including service-disabled veteran-owned and women-owned small businesses. It emphasizes the importance of compliance with federal acquisition regulations. The document also serves as a contractual guide, requiring signatures from the contractor and a contracting officer, detailing invoice submission processes and delivery terms. Overall, this RFP reflects the government's commitment to maintaining safety and operational standards in national parks through contracted services.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Campground Renovation Supplies (Plumbing, Lumber)
    Interior, Department Of The
    The National Park Service is seeking qualified vendors to provide campground renovation supplies, specifically plumbing and lumber materials, for Yosemite National Park. This procurement aims to support extensive renovations at the Wawona Campground, including plumbing upgrades and the replacement of a retaining wall, with a detailed supply list provided for necessary items such as sewer fittings and PEX fittings. The contract will be awarded based on the best value, considering price, technical conformance, and delivery, with a firm fixed-price purchase order anticipated. Interested small businesses must submit their quotes via email by 12:00 PM Pacific Time on December 17, 2025, and direct any questions to Charlene Flanagan at charleneflanagan@nps.gov by December 12, 2025.
    Supply and Deliver Propane, Lassen Volcanic NP
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The contractor will be responsible for providing approximately 38,500 gallons of propane to fill three underground storage tanks to 80% capacity, with deliveries scheduled between January 1, 2026, and September 30, 2026. This procurement is a Total Small Business Set-Aside, emphasizing the importance of compliance with Tehama County and DOT regulations, and requires the contractor to provide detailed delivery receipts. Quotations must be submitted via email to Brenda Lewis at brendalewis@nps.gov by December 16, 2025, at 2:00 PM PST, and the contract will be awarded based on the most advantageous quotation to the government.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service (NPS), is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park, Wyoming. This federal contract involves extensive rehabilitation and upgrade work on wastewater treatment facilities, including the demolition of existing structures and the construction of new facilities, with a project magnitude exceeding $10 million. The contractor is expected to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a projected completion date of November 30, 2028. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or by phone at 720-402-8467.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project, with an estimated value exceeding $10 million. The procurement aims to replace the Grant Village Wastewater Treatment Plant and rehabilitate the wastewater collection systems in both Grant and Canyon Villages, involving the construction of new facilities, installation of process equipment, and demolition of existing structures. This project is critical for enhancing wastewater management and environmental protection within Yellowstone National Park. Proposals are due by January 7, 2026, and interested contractors should contact Vicki Freese-Supler at vickilfreese-supler@nps.gov or 720-402-8467 for further details.
    Y--GLAC 318705 Replace Utility Systems - Construction
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "GLAC 318705 Replace Utility Systems - Construction" project at Glacier National Park, Montana. This project involves significant improvements to the St. Mary Water System, St. Mary Winter Septic System, and Two Medicine System, with a focus on replacing and upgrading essential utility infrastructure. The work is critical for maintaining the park's operational integrity and ensuring environmental compliance, with a total estimated contract value exceeding $10 million. Interested small businesses must submit their proposals by January 6, 2026, and can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek Water and Wastewater Treatment Systems at Death Valley National Park (DEVA). The project aims to address critical infrastructure needs by replacing and upgrading existing water and sewer systems, including the installation of new reverse osmosis treatment facilities, sewer mains, and lift stations, with a construction magnitude exceeding $10 million. This initiative is vital for ensuring reliable potable water supply and wastewater management, thereby enhancing the park's operational efficiency and visitor experience. Interested contractors must submit their proposals by February 3, 2026, with all inquiries directed to Amber Hughes at amberhughes@nps.gov.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    CA NP MULTI PMS(1), Pavement Preservation Yosemite and Devils Postpile
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the CA NP MULTI PMS(1) Pavement Preservation project, which involves road resurfacing in Yosemite National Park and Devils Postpile National Monument. The project encompasses approximately 18.53 miles of road and parking area preservation through microsurfacing, crack sealing, patching, and pavement marking, with options for additional work. This initiative is crucial for maintaining safe and accessible roadways within these national parks, enhancing visitor experience and safety. The estimated contract value ranges from $5 million to $10 million, with a tentative completion date set for Summer 2026. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or 360-619-7520 for further information, and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be available in Winter 2025/2026.