68--PROPANE
ID: 140A1125Q0036Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF INDIAN AFFAIRSWESTERN REGIONPHOENIX, AZ, 85004, USA

NAICS

Petroleum Refineries (324110)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)
Timeline
    Description

    The Bureau of Indian Affairs (BIA) is seeking qualified vendors to provide liquefied propane gas (LP gas) delivery services for the Truxton Canon Agency located in Valentine, Arizona. The contract requires the vendor to ensure an uninterrupted supply of propane, conduct regular inspections and maintenance on propane tanks, and perform necessary repairs on associated equipment, with services scheduled from April 1, 2025, to September 30, 2025. This procurement is critical for maintaining the utility operations of federally owned facilities, ensuring compliance with safety and regulatory standards such as NEPA, ASME, and OSHA. Interested parties must submit their responses by March 24, 2025, at 5:00 PM Pacific Time, via email to Danielle Bitsilly at danielle.bitsilly@bia.gov, and are encouraged to include relevant past performance information and socioeconomic details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a non-personal services contract for the delivery of liquefied propane gas (LP gas) to the Truxton Canon Agency, a federal establishment that manages utilities for federally owned facilities. The contract requires the vendor to maintain an uninterrupted supply of propane, conduct regular checks on tanks, and perform both minor and major repairs on associated equipment. The service period is scheduled from April 1, 2025, to September 30, 2025, with operations taking place Monday through Friday, barring federal holidays or emergencies. Specific delivery locations include various buildings in Valentine, Peach Springs, and Supai, Arizona, with a total of fourteen propane tanks of differing capacities. Key compliance standards such as NEPA, ASME, and OSHA must be adhered to during service delivery. Clint Walker serves as the main point of contact for this contract. The document demonstrates the federal government's objective to ensure reliable propane supply and maintenance to support the operations of its facilities.
    The document outlines a non-personal services contract for the delivery of propane to the Truxton Canon Agency, a federal facility that manages its own utilities, including LP gas. The contractor is responsible for supplying propane, maintaining tank integrity, conducting repairs on related equipment, and ensuring an uninterrupted gas supply. Weekly inspections of propane tanks during standard business hours are mandated. The performance period for this contract is from April 1, 2025, to September 30, 2025, and services are to be provided primarily at specified buildings in Valentine, Peach Springs, and Supai, Arizona. The contractor must comply with various safety and regulatory standards and maintain a workforce capable of fulfilling requirements even during agency closures. The primary point of contact for this contract is Clint Walker, the Facility Manager.
    Lifecycle
    Title
    Type
    68--PROPANE
    Currently viewing
    Sources Sought
    Similar Opportunities
    H--BOILER INSPECTION FOR NAVAJO REGIONAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for boiler inspection services across sixty-six schools managed by the Bureau of Indian Education, including nine Bureau of Indian Affairs locations. The contract, set aside for Indian Small Business Economic Enterprises (ISBEE), requires contractors to conduct annual external inspections of boilers and pressure vessels, providing all necessary labor, materials, and supervision while adhering to federal acquisition regulations. This procurement is crucial for ensuring the safety and compliance of heating systems in educational facilities, with a performance period commencing on March 1, 2025, and extending through several option years until February 28, 2030. Interested contractors should submit their offers by March 20, 2025, at 5:00 p.m. MDT, and can direct inquiries to Charmaine Williams-James at Charmaine.Williams-James@bie.edu or by phone at 505-803-4266.
    Propane Supplies and Maintenance Service Contract
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a Propane Supplies and Maintenance Service Contract for the Desert Sage Youth Wellness Center in Hemet, California. The contract requires the provision of liquid propane for heating, cooking, and water heating, along with maintenance services for three 1,000-gallon propane tanks, including annual inspections and emergency service responses. This procurement is vital for ensuring the operational safety and service continuity of the facility, which serves Native American and Alaskan Native youth with substance abuse disorders. Interested contractors should contact Alicia Powell at Alicia.powell@IHS.gov or call 916-268-1295 for further details, and proposals must adhere to the structured pricing format outlined in the Request for Proposal documents.
    Notice of Intent to Award – Multiple Blanket Purchase Agreements - Medical Gas & Bulk Oxygen refills
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award multiple Blanket Purchase Agreements (BPAs) for the provision and delivery of medical gas cylinders and refrigerated bulk oxygen to the Northern Navajo Medical Center in Shiprock, New Mexico. These supplies are essential for the daily operations of both inpatient and outpatient care services at the facility. The anticipated period of performance for these agreements is one year from the date of award, with the possibility of four additional one-year option periods. Interested vendors capable of fulfilling these requirements are encouraged to submit their capability statements and price lists via email to Bennett Arvessto at bennett.arvessto@ihs.gov by March 25, 2025, at 5:00 PM MST.
    68--PEST CONTROL SERVICES
    Buyer not available
    The Bureau of Indian Affairs (BIA) is seeking qualified vendors to provide pest control services for its Truxton Canon Agency located in Valentine, Arizona. The contractor will be responsible for monthly extermination services across multiple facilities, including specific locations such as Valentine, Peach Springs, Thornton Tower, and Havasupai, with detailed square footage outlined in the Statement of Work. This procurement is crucial for maintaining public health standards within the Bureau's facilities, ensuring effective pest management. Interested parties must submit their responses by March 24, 2025, at 5:00 PM Pacific Time, via email to Danielle Bitsilly at danielle.bitsilly@bia.gov, and must include specific information regarding their capabilities and experience.
    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 extending from April 7, 2025, to April 6, 2030. The primary objective is to ensure consistent propane supply for heating facilities that support the conservation and breeding of the endangered black-footed ferret, which is critical for maintaining the health and viability of this species. Interested vendors must demonstrate technical capabilities, past performance, and compliance with federal regulations, with proposals due by April 1, 2025. For further inquiries, potential offerors can contact Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Irrigation canal lining maintenance
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting bids for the maintenance of approximately 140 miles of concrete lining along the Colorado River Irrigation Project (CRIP). Contractors are required to provide maintenance services on an as-needed basis during designated dry-up periods, which includes identifying and repairing damaged lining, preparing sites for new Gunite material, and ensuring the finished surface matches existing conditions. This initiative is crucial for supporting the agricultural needs of the Colorado River Indian Reservation, emphasizing the importance of maintaining essential irrigation infrastructure for the community's productivity. Interested bidders must submit sealed offers by 8:00 AM local time on March 31, 2025, and can contact Randall Brown at Randall.Brown@bia.gov or 520-723-6208 for further information.
    PDO Annual Safety Trailer Inspection & Repairs
    Buyer not available
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide annual safety inspections and necessary repairs for 49 trailers as part of a federal contract opportunity. The objective of this procurement is to ensure compliance with federal and state safety regulations, particularly those set by the Department of Transportation, by conducting thorough inspections and repairs on-site by certified mechanics. This initiative is crucial for maintaining the operational integrity and safety of the BLM's fleet, which supports its mission in land management. Interested small businesses must submit their quotes by March 21, 2025, and direct any inquiries to Cindy Gonzalez at chgonzalez@blm.gov or by phone at 720-854-8791, with the contract expected to commence shortly after award and be completed within 60 business days.
    Z--CRIP Main Canal Checks with Lateral 73
    Buyer not available
    The Bureau of Indian Affairs (BIA) is soliciting proposals for the Colorado River Irrigation Project (CRIP) Main Canal Checks with Lateral 73, focusing on construction, alteration, and repair work on critical irrigation infrastructure in La Paz County, Arizona. This competitive procurement is specifically set aside for Indian Small Business Economic Enterprises (ISBEE) and includes the rehabilitation and replacement of check structures MC185, MC270, and MC420, as well as the Lateral 73-36 Check, with an estimated project cost exceeding $10 million. The project is vital for enhancing irrigation efficiency and ensuring reliable water management for agricultural needs, with a proposal submission deadline of March 18, 2025, and a performance period of 900 days post-notice to proceed. Interested contractors can contact William McLaughlin at William.McLaughlin@bia.gov or (850) 281-3444 for further details.
    S--Refuse Service, Jemez and T'siya
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for refuse services at Jemez Day School and T'siya (Zia) Day School in New Mexico. The procurement involves providing waste management services, including the servicing of two 20-cubic yard dumpsters at Jemez Day School and one at T'siya Day School, with weekly pickups scheduled from April 1, 2025, to March 31, 2030. This contract is significant for supporting the operational needs of educational institutions while adhering to federal regulations and promoting economic opportunities for Indian-owned businesses. Interested contractors must submit their proposals by March 19, 2025, and can direct inquiries to Felicia Aspaas at felicia.aspaas@bie.edu or (480) 252-0702.
    Fuel Oil Tank Cleaning
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs through the Indian Education Acquisition Office, is seeking proposals for Fuel Oil Tank Cleaning services at the Cheyenne Eagle Butte School in South Dakota. This procurement is set aside for Indian Small Business Economic Enterprises (ISBEE) and requires contractors to provide detailed qualifications, experience, and pricing in their proposals, adhering to FAR and DIAR regulations. The contract will be a firm fixed price, with a performance period of 15 days post-award, and contractors must maintain liability insurance and comply with various regulatory requirements. Interested parties should contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further details and must ensure registration in SAM.gov prior to submission.