WY-NATIONAL ELK REFUGE-BULK FUEL 5 YEAR BPA SET-UP
ID: 140FS225Q0079Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Petroleum Refineries (324110)

PSC

FUEL OILS (9140)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for the supply and delivery of bulk fuel to the National Elk Refuge in Jackson, Wyoming. The procurement requires the delivery of three types of fuel: unleaded fuel with 10% ethanol, clear diesel, and dyed diesel, which will be stored in designated 1,000-gallon tanks at specified locations. This initiative is crucial for ensuring reliable fuel supplies for operational activities at the refuge, with deliveries expected to occur within 48 hours of notice during business hours. Interested suppliers must submit their quotes on company letterhead by March 18, 2025, and can contact Khalilah Brown at khalilah_brown@fws.gov or 571-547-3407 for further information.

    Point(s) of Contact
    Brown, Khalilah
    (571) 547-3407
    (000) 000-0000
    khalilah_brown@fws.gov
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service is seeking a supplier for a five-year Blanket Purchase Agreement (BPA) for the delivery of fuel to the National Elk Refuge in Jackson, Wyoming. The supplier will provide three types of fuel: unleaded (10% ethanol), clear diesel, and dyed diesel, with each type stored in designated 1,000-gallon tanks at specified locations. Fuel costs will be determined based on the OPIS morning average Rack Price, with fixed delivery charges applicable to the local market. Deliveries require a typical advance notice of 48 hours and should occur during business hours, excluding federal holidays. Invoices for delivered fuel will be issued by the supplier, detailing the quantity, pricing, and applicable taxes, with payments made via Government Purchase Card unless an authorized BPA Call is executed. Historically, fuel purchases for 2023 and 2024 are referenced but not detailed within the document. This solicitation illustrates the government's procurement strategy to ensure adequate fuel supplies for operational purposes while adhering to fixed pricing and delivery terms.
    The document outlines a Request for Proposal (RFP) by the U.S. Fish and Wildlife Service (USFWS) for a five-year Blanket Purchase Agreement (BPA) for bulk fuel supply and delivery to the National Elk Refuge in Jackson, Wyoming. The solicitation seeks offers for supplying routine bulk fuel—specifically unleaded fuels with 10% ethanol, clear highway diesel, and dyed off-road diesel—all to be delivered into specified tanks. Evaluation criteria include pricing per gallon, delivery capabilities within 48 hours, and positive past performance. The RFP emphasizes the successful contractor's compliance with electronic invoicing through the Invoice Processing Platform (IPP), and contractors must accept governmentwide credit cards without service charges. Bidders are required to submit quotes on company letterhead by March 18, 2025, highlighting their capabilities and providing essential contact information. The document further enumerates various clauses and administrative requirements that govern contract performance and payment. Overall, it represents the USFWS's effort to secure reliable fuel services while adhering to federal acquisition regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    91--CO-NATL BLCK-FTD FERRET-PROPANE 5-YEAR BPA
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals for a five-year Blanket Purchase Agreement (BPA) for propane delivery services at the National Black-footed Ferret Conservation Center, with the contract period running from March 17, 2025, to March 16, 2030. The procurement aims to ensure consistent propane supply for heating facilities that house and care for endangered black-footed ferrets, particularly during colder months, thereby supporting conservation efforts. Interested vendors must demonstrate technical capability, past performance, and compliance with federal regulations, including labor standards and business ownership representations. Proposals are due by March 12, 2025, and should be submitted via email to Dana Arnold at danaarnold@fws.gov, with detailed pricing and company information included.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    Z--AK-KODIAK NWR-VC HEATING OIL TANK
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking bids for the removal of an existing 1,100-gallon double-walled heating oil tank and the installation of a new double-walled tank at the Kodiak National Wildlife Refuge in Alaska. The procurement is a total small business set-aside, emphasizing that only small businesses may participate, and the contract will be awarded based on price. This project is crucial for maintaining operational efficiency and environmental compliance at the wildlife refuge, ensuring safe fuel storage and management. Interested vendors must submit detailed quotes by March 12, 2025, and are encouraged to contact Oscar Orozco at oscarorozco@fws.gov for further information.
    68--Black HIlls NPS BPA
    Buyer not available
    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 in South Dakota, including Wind Cave National Park, Jewel Cave National Monument, Badlands National Park, and Mount Rushmore National Memorial. The contract, valued at an estimated $300,000 over five years, will require contractors to provide propane deliveries with specific tank locations and capacities, adhering to a structured pricing schedule based on a published newsletter's rates. This procurement is crucial for maintaining operational efficiency across the national parks, ensuring they have the necessary fuel for various activities. Interested contractors must submit their quotations, including an experience questionnaire and price schedule, by the extended deadline of March 14, 2025, at 1:00 PM Mountain Daylight Time, and can direct inquiries to Joseph Kirk at josephkirk@nps.gov or by phone at 605-574-0510.
    KOLONIA BPA setup for fuel and other related products
    Buyer not available
    The U.S. Embassy in Kolonia, Federated States of Micronesia, is seeking to establish a Blanket Purchase Agreement (BPA) for the procurement of fuel and related products, with an anticipated total purchase volume of USD $28,000 over a two-year period. The procurement aims to ensure a reliable supply of fuel, with individual purchases capped at USD $10,000, and payment will be processed via Electronic Fund Transfer (EFT) within 30 days of receiving a correct summary invoice. Interested firms must demonstrate their ability to deliver services at market prices, comply with local laws, and possess necessary operational licenses, with inquiries directed to Mary Joyce W. Jacinto at MRSSPROCUREMENT@STATE.GOV. The BPA posting remains valid until March 20, 2025, at 4:30 PM local time, emphasizing the government's commitment to responsible procurement practices.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    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.
    7A--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is planning to award a sole source contract for the Enerdeq web platform, provided exclusively by S&P Global, to facilitate access to essential oil and gas data for managing its refuges. This procurement is critical as it allows FWS to efficiently compile and utilize standardized data, which would otherwise be costly and time-consuming to gather independently. Since 2014, FWS has relied on this annual subscription, valued at approximately $45,000, to support its conservation efforts through reliable data management. Interested parties can reach out to John Skogen at JackSkogen@fws.gov or call 612-713-5210 for further inquiries regarding this opportunity.
    Ship Propulsion Fuel (Bunkers)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the procurement of Ship Propulsion Fuel (Bunkers) for U.S. vessels at various global ports. This procurement includes Distillates and Residuals, specifically Commercial Marine Gas Oil (MGO), Intermediate Fuel Oils (IFO 180 and IFO 380), Very Low Sulfur Fuel Oil (VLSFO), and potentially MILSPEC products like JP5 and F76 for Navy ships, with deliveries scheduled from October 1, 2024, to October 31, 2025. The initiative is critical for maintaining operational readiness and compliance with environmental standards in military logistics, emphasizing quality assurance and rigorous documentation practices. Interested vendors must register in the SEA Card® Online program and can direct inquiries to Francis Murphy at Francis.c.Murphy@dla.mil or Jasper Pili at Jasper.Pili@dla.mil, with the ordering period commencing on October 1, 2024.