Supply and Deliver Propane, Lassen Volcanic NP
ID: 140P8424Q0118Type: Solicitation
Overview

Buyer

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

NAICS

Natural Gas Extraction (211130)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

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

    The National Park Service (NPS) is soliciting proposals for the supply and delivery of propane to Lassen Volcanic National Park in California. The contractor will be responsible for providing approximately 10,000 gallons of propane every six months to support park operations, including heating facilities, while ensuring compliance with local and federal regulations. This procurement is a Total Small Business Set-Aside, with proposals due by September 10, 2024, at 2:00 p.m. PT, and the anticipated contract period starting from October 1, 2024, to March 31, 2025. Interested vendors should direct inquiries to Brenda Lewis at Brenda_Lewis@nps.gov or call 206-220-4018.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Park Service (NPS) is soliciting bids for the supply and delivery of Liquefied Petroleum Gas (propane or LPG) to Lassen Volcanic National Park Headquarters, located in Mineral, CA. The requirement includes the provision of approximately 10,000 gallons of propane every six months to two underground storage tanks, essential for operating and heating park facilities. Contractors must comply with Tehama County code and DOT regulations for transportation and delivery. Deliveries are to be scheduled by NPS, with a minimum of 7 days' notice, and must occur during business hours while maintaining tank capacities below 80%. A consolidated monthly invoice will be submitted through the IPP payment system, with payments executed electronically by the US Treasury. The contract period is set to begin on October 1, 2024, and may extend until September 30, 2025. This RFP underscores the NPS’s commitment to maintaining uninterrupted propane supply for vital park operations, ensuring compliance with relevant regulations while supporting local businesses in propane supply.
    The document outlines the Experience and Past Performance Form required as part of RFQ NO. 140P8424Q0118, facilitating vendors to demonstrate their technical capabilities for the requested work. The form requires quoters to provide detailed information about previous relevant contracts, specifying the contract number, monetary value, project title, performance dates, associated agency or owner, contact details, and a description of the project work performed. This emphasizes the importance of a past performance track record in securing federal government contracts, as references from former customers affirm the quality of the vendor's products or services. The structured request aligns with standard federal procurement practices, underscoring the need for accountability and demonstrable expertise when pursuing government-related projects.
    The document RFQ No. 140P8424Q0118, Attachment 3, serves as a request for quotations requiring vendors to provide their representations and certifications relevant to government contracting. Key areas covered include definitions of business classifications such as small businesses, economically disadvantaged women-owned businesses, and veteran-owned businesses. The document underscores various compliance matters such as the prohibition of contracting with entities engaged in certain activities related to Iran and Sudan, certification regarding child labor, and requirements regarding telecommunications equipment. Vendors are instructed to complete necessary information if they haven't already certified their eligibility through the System for Award Management (SAM). Additionally, it encompasses certifications related to payments influencing federal transactions, Buy American provisions, and responsibilities regarding tax liabilities and criminal convictions. The final sections stress transparency and accountability, demanding that offerors reveal their ownership structure and any significant findings from prior contracts, showcasing the government's commitment to integrity in procurement processes. This comprehensive request is structured to ensure that all offerors meet the necessary regulatory and ethical standards before engaging in contracts with federal entities.
    The document outlines an amendment (No. 0001) to the solicitation 140P8424Q0118, issued by the National Park Service for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The key change involves extending the submission deadline for offers to September 10, 2024, at 2:00 p.m. PT, in order to enhance competition among bidders. It specifies that this solicitation is a Total Small Business Set-Aside, inviting only small business quotations, which will be evaluated based on the simplified acquisition procedures of FAR Part 13.106. The procurement anticipates a firm-fixed-price purchase order, highlighting the importance of submitting questions electronically. Additional details regarding the project requirements and submission instructions can be found in the attached specifications. The period of performance for the contract is designated from October 1, 2024, to March 31, 2025. This document serves the purpose of amending existing terms to facilitate broader participation and streamline the procurement process within federal grant and contract frameworks.
    The National Park Service (NPS) is soliciting proposals for the supply and delivery of propane to Lassen Volcanic National Park in California. The requisite services include providing all necessary labor, supervision, equipment, testing, and supplies as detailed in the attached specifications. This Request for Quotation (RFQ), identified as document number 140P8424Q0118, is aimed at small businesses, aligning with the North American Industry Classification System (NAICS) code 211130 and a standard size of 1,250 employees. Proposals must be submitted by 2:00 PM on September 5, 2024, via email. Interested parties will be evaluated based on price, relevant experience, and past performance in similar projects. The government anticipates the award of a firm-fixed-price contract with a delivery period starting from October 1, 2024, to March 31, 2025. Additionally, an option exists for an additional delivery of propane in 2025. The document outlines various clauses and provisions from the Federal Acquisition Regulation pertinent to the contract, emphasizing compliance, reporting requirements, and the importance of using the DOI's electronic invoicing system for payment requests. Overall, the RFQ represents the government's commitment to sourcing essential services while prioritizing small businesses and regulatory compliance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    68--AGFO BPA PROPANE
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is preparing to solicit a Blanket Purchase Agreement (BPA) for propane supply at the Agate Fossil Beds National Monument in Harrison, Nebraska. This procurement is exclusively open to small businesses under NAICS code 324110, which pertains to Petroleum Refineries, and aims to ensure a reliable propane supply for operational needs at the monument over a potential five-year period. The formal solicitation is anticipated to be released around September 19, 2024, with bids due approximately two weeks later, and interested parties must maintain active registration in the System for Award Management (SAM). For inquiries, potential offerors can contact Nathan Ziegler at nathanziegler@nps.gov or by phone at 605-574-0480.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting quotes for exterior painting and fire retardant application at Lassen Volcanic National Park. The project involves painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to shake shingles on 19 historic structures within the park. This initiative is crucial for preserving the park's historic buildings while ensuring compliance with safety and environmental regulations. Interested contractors must submit their quotes electronically by 3 PM PST on September 20, 2024, and can contact Phaedra Fuller at phaedrafuller@nps.gov for further details. The estimated contract value ranges from $100,000 to $250,000, with the performance period extending from September 30, 2024, to July 31, 2025.
    91--Delivery Renewable Diesel and Unleaded Gas
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified vendors for the purchase and delivery of unleaded gasoline and renewable diesel (RD99) fuel to the Lake Berryessa Field Office in Napa, California. The contract will cover a base period and four option years, commencing on November 1, 2024, and concluding on October 31, 2029, with annual delivery requirements of approximately 12,500 gallons of unleaded gasoline and 2,000 gallons of renewable diesel. This procurement is essential for maintaining operational efficiency and compliance with environmental regulations, particularly in light of recent shifts towards renewable fuel sources. Interested small businesses must submit their quotes electronically by September 23, 2024, at 3:00 PM PDT, and can direct inquiries to Sherry Heibeck at SHeibeck@usbr.gov or by phone at 916-978-6188.
    Transformer and Switchboards for Yosemite NP
    Active
    Interior, Department Of The
    The National Park Service, part of the Department of the Interior, is seeking quotes from small businesses for the supply of one 3-phase transformer and two switchboards for Yosemite National Park in California. The procurement includes a pad-mounted, liquid-immersed transformer with specific voltage and kVA ratings, and delivery is required by October 1, 2025, to the NPS Warehouse in El Portal, CA. This opportunity is crucial for enhancing the park's electrical infrastructure, ensuring compliance with industry standards, and supporting the operational needs of the facility. Interested vendors must submit their quotes via email by 1:00 PM Pacific Time on October 17, 2024, and should direct any questions to Lisa Henson at LisaHenson@nps.gov by October 3, 2024.
    PECO HVAC & Boiler Service
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for a service contract focused on HVAC and boiler maintenance at Pecos National Historical Park in New Mexico, under solicitation number 140P6424Q0090. The contract will be a firm-fixed price agreement covering a base year with the potential for four additional option years, and it requires compliance with the Service Contract Act Wage Determination for San Miguel County, NM. This procurement is crucial for ensuring the operational efficiency and safety of the park's facilities, as it encompasses routine inspections, preventative maintenance, and emergency repairs for various HVAC systems. Interested contractors must submit their proposals by September 19, 2024, at 12:00 PM EST, including a Price Schedule, evidence of technical capability, and registration in the System for Award Management. For further inquiries, contact Jordan Ellis at jordanellis@nps.gov or 330-468-2500.
    Y--KALA 248432 construct a fuel farm and dispensing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fuel farm and dispensing system at Kalaupapa National Historical Park in Hawaii. The project involves the installation of four 5,000-gallon above-ground fuel storage tanks, a 5,000-gallon diesel tank, and associated infrastructure, including footings, a dispensing/tracking system, and electrical connections. This initiative is crucial for meeting the fuel needs of the Kalaupapa settlement while ensuring compliance with safety and environmental regulations. Interested contractors must submit their proposals by September 19, 2024, and can contact Mark Barber at markbarber@nps.gov or 721-621-7310 for further information.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    Solicitation for proposals for a new concession contract to operate lodging, food and beverage, retail, and other services at Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge within Olympic National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a new twelve-year concession contract to operate lodging, food and beverage, retail, and other services at various locations within Olympic National Park, including Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge. The selected concessioner will be responsible for providing a range of services, including campground rentals and firewood, enhancing visitor experiences in this popular national park. Interested parties are encouraged to attend a site visit on September 18, 2024, with registration required by September 16, 2024, and must submit a "Notice of Intent to Propose" by November 21, 2024. Proposals must be submitted electronically by December 19, 2024, and inquiries can be directed to Kimberley Gagliolo at kimgagliolo@nps.gov.
    S--Recycling Services for Yellowstone National Park
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking contractors to provide recycling services for Yellowstone National Park, with operations anticipated to commence in December 2024. The scope of work includes monitoring, collection, transportation, and disposal of recycling waste across approximately fifty sites within the park, which serves over four million visitors and 5,000 employees during peak season. This initiative is crucial for maintaining Yellowstone's long-standing recycling program and managing waste in a challenging environment that includes diverse wildlife and variable seasonal operations. Interested firms must submit their responses, including entity information and capabilities, by 13:00 MT on September 25, 2024, to Colton Nelson at coltonnelson@nps.gov, and must be registered in SAM to be considered.