91--LA-SELA REFUGES-SET-UP-BULK FUEL BPA
ID: 140FS325Q0016Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Pipeline Transportation of Refined Petroleum Products (486910)

PSC

LIQUID PROPELLANTS AND FUELS, PETROLEUM BASE (9130)

Set Aside

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

    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to establish a Bulk Fuel Blanket Purchase Agreement (BPA) for the Southeast Louisiana Refuges. The procurement involves the supply and delivery of off-road diesel and unleaded gasoline, with minimum delivery requirements of 200 gallons and maximums of 4,000 gallons per order, over a contract period extending from February 1, 2025, to January 31, 2030. This BPA is crucial for ensuring reliable fuel supply for refuge operations, adhering to National Fuel Quality Standards, and maintaining compliance with federal procurement regulations. Interested small businesses must submit their quotations by February 10, 2025, and direct inquiries to Merenica Banks at merenica_banks@fws.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Fish and Wildlife Service (FWS) issued Solicitation #140FS325Q0016 for the supply and delivery of fuel at the Big Branch Marsh National Wildlife Refuge in Lacombe, LA. This Blanket Purchase Agreement spans five years, with specified contract periods for pricing. Fuel delivery requirements include a minimum of 200 gallons and up to 4,000 gallons per order, with compliance to National Fuel Quality Standards. Payments will be made through Electronic Funds Transfer, and vendors must be registered in the System for Award Management (SAM). Estimated fuel usage includes 9,000 gallons of on-road diesel and 16,260 gallons of no-ethanol unleaded gasoline annually, based on historical data without guaranteed quantities. Vendors must deliver fuel within 48 hours of order placement during core business hours and report to designated FWS staff upon delivery. Non-conforming products found during quality tests will not be paid for, and the vendor is responsible for their removal. Overall, the document outlines the procedural, technical, and financial requirements for vendors interested in supplying fuel to the FWS, emphasizing compliance, accuracy in pricing, and timely deliveries for government operations.
    The document outlines a request for proposals (RFP) from the Federal Government for providing bulk fuel to the Southeast Louisiana Refuges under Solicitation Number 140FS325Q0016. Contractors are to supply fuel, specifically off-road diesel and unleaded gasoline, on an as-needed basis throughout multiple contract periods extending from February 1, 2025, to January 31, 2030. The pricing structure is based on the average Oil Price Information Service (OPIS) Rack Price on the delivery day, with contractors required to quote only their fixed markup per gallon, inclusive of all related costs and fees. All quoted prices must remain within a +/- 5% range of the rack price for transparency during government audits. Each option period is specified, allowing for potential extensions beyond the initial period. Emphasis is placed on comprehensive pricing that covers operating costs necessary for fulfilling the delivery services. This RFP serves to streamline fuel procurement for the refuge operations while ensuring competitive and fair pricing practices in alignment with federal procurement standards.
    The document presents a request for qualifications (RFQ), specifically Solicitation #140FS325Q0016, focusing on the submission of past experience and references from bidders or quoters. To be considered for the project, respondents must list relevant past performance and experience linked to contracts similar in size and complexity to the project's scope. They are asked to provide comprehensive details for up to four work experiences, including the type of contract, total contract value, agency served, and contact person’s information for verification. Each entry concludes with a brief description of duties performed. The deadline for submission is highlighted, with instructions to send the completed forms via email to a specific contact, emphasizing that this information is also integral to evaluating past performance. This RFQ reinforces the government's emphasis on assessing previous work history to ensure qualified candidates are selected for upcoming projects.
    The document focuses on the federal government's Request for Proposals (RFPs) and grant funding processes, detailing the procedural steps and specifications required for applicants. It highlights the importance of adhering to regulations and guidelines when submitting proposals for projects seeking federal or state funding. The text emphasizes key requirements such as compliance with existing laws, incorporation of detailed plans and budgets, and the necessity of providing supporting documentation. Furthermore, it addresses the evaluation criteria for proposals, stressing transparency and accountability to ensure selected projects align with funding objectives. By outlining the expectations for applicants and the significance of regulatory compliance, the document serves as a comprehensive guide for entities looking to engage in federally funded initiatives or state local RFPs. Overall, it reinforces the government’s commitment to transparency, efficient use of taxpayer resources, and alignment with broader policy goals.
    The document is an amendment related to the federal solicitation 140FS325Q0016, concerning the procurement of bulk fuel for the Southeast Louisiana Refuges project. The amendment primarily serves to clarify contractor queries regarding the fuel specifications, particularly distinguishing between on-road and off-road diesel requirements. The response confirms that only on-road diesel is needed. It also notes there is no current incumbent for this contract, as employees have used personal credit cards for fuel purchases. The amendment specifies that offers must acknowledge the amendment to avoid rejection, and it sets a deadline for further questions and clarifications. All other original terms and conditions remain unchanged. This document reflects the procedural adjustments common in government RFPs, highlighting the importance of clear communication and adherence to regulatory requirements in contract modifications.
    The document is an amendment to solicitation number 140FS325Q0016, concerning the FWS Southeast Louisiana Refuges Bulk Fuel BPA setup. The main purpose of this amendment is to extend the bid due date to February 10, 2025. It details the procedures for acknowledging the receipt of the amendment, requiring contractors to do so for their offers to be considered valid. Additionally, it specifies that all other terms and conditions from the original solicitation remain unchanged. The contracting point of contact is identified as Merenica Banks, who can be reached by email for any questions. This amendment aims to facilitate a smooth and transparent bidding process while ensuring compliance with federal contracting regulations. The document underscores the importance of adhering to specified protocols for submitting offers and communication. Overall, it reflects the structured approach taken in government RFP processes to maintain clarity and uphold administrative standards.
    The U.S. Department of the Interior's Fish and Wildlife Service has issued a Request for Quotation (RFQ) under solicitation number 140FS325Q0016 for establishing a Bulk Fuel Blanket Purchase Agreement (BPA) for Southeast Louisiana Refuges. The RFQ seeks offers for the supply and delivery of fuel, specifically gas and diesel, with a minimum delivery load of 200 gallons and a maximum of 4,000 gallons, directly into U.S. Fish and Wildlife Service owned storage tanks. Interested contractors must be registered in the System for Award Management (SAM) and should submit their quotations via email by January 21, 2025. The evaluation for the contract will be based on a best-value basis, focusing on price, past experience, and technical capabilities, categorically prioritizing small businesses under NAICS Code 486910. All inquiries must be directed to the contracting officer via email. The BPA will have a duration of one year with options for four additional years, contingent on funding availability.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    #1 Diesel Fuel for Cheyenne River Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified vendors to provide 7,000 gallons of 1 Diesel Fuel Clear for the Cheyenne River Agency in Eagle Butte, South Dakota. The procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 324110, and the selected contractor will be responsible for the timely delivery of fuel within seven calendar days after receipt of order, adhering to all applicable federal, tribal, state, and local regulations. This fuel is essential for the operations of the BIA's Transportation Department, ensuring the agency can effectively serve the community. Interested parties must submit their offers by December 10, 2025, at 0900 PST, and can direct inquiries to Jodi Zachary at Jodi.Zachary@bia.gov or by phone at 916-426-9210.
    91--Fuel Oil for Cheyenne River Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply and deliver fuel oil for the Cheyenne River Agency in South Dakota. The procurement involves an Indefinite Delivery Requirements contract for approximately 29,900 gallons of heating fuel oil, including both Diesel 1 and Diesel 2, with deliveries required within 72 hours of order issuance. This fuel is essential for various operational needs at the agency, ensuring adequate heating and functionality of facilities. Interested vendors must submit their quotes by December 10, 2025, with the contract period extending from December 15, 2025, to March 31, 2026. For further inquiries, vendors can contact Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016.
    Supply & Deliver Diesel to Alcatraz, GOGA
    Buyer not available
    The Department of the Interior, specifically the National Park Service (NPS), is seeking proposals for the supply and delivery of 20,000 gallons of Off-Road Diesel or Renewable Diesel (RD99) to Alcatraz Island, California. This procurement is part of a firm-fixed-price purchase order, with a performance period from January 1, 2026, to June 25, 2026, and is classified under NAICS code 324110 (Petroleum Refineries). The diesel is essential for operational activities on Alcatraz Island, ensuring the park's services are maintained efficiently. Interested vendors must submit their quotes via email to Quinn Rankin at quinnrankin@nps.gov by December 9, 2025, and are encouraged to attend a site visit on December 4, 2025. Proposals will be evaluated based on technical acceptability, delivery capability, past performance, and price.
    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.
    Propane for Winnebago Agency (Purchase & Delivery)
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide propane purchase and delivery services for the Winnebago Agency in Nebraska. The procurement aims to ensure a reliable supply of propane for heating, cooling, cooking, and emergency generators at federal facilities, including the Maintenance Shop and the Macy Detention Center, with estimated annual requirements of 3,000 gallons and 10,000 gallons, respectively. This opportunity is particularly significant as it is set aside for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the importance of supporting local economic development. Interested parties should contact Jodi Zachary at Jodi.Zachary@bia.gov or call 916-426-9210, with the contract period running from January 1, 2026, to December 31, 2026.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the annual bulk petroleum purchase for the Atlantic, Europe, and Mediterranean (AEM) region, specifically targeting various fuel types including Naval Distillate (F-76), Aviation Turbine Fuels (JP5, JP8, and Jet A-1). This procurement aims to secure essential fuel supplies to support military operations across multiple locations within the AEM geographic area, with a contract period extending from the date of award through June 30, 2026. Interested vendors must utilize the Bulk Offer Entry Tool (OET) for submissions, ensuring compliance with federal procurement standards, and are encouraged to register with the System for Award Management (SAM) at no cost. The solicitation closing date is set for January 14, 2025, at 3 PM EST, and inquiries can be directed to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.mil.
    68--Propane for Pine Ridge Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply propane for the Pine Ridge Agency in South Dakota. The procurement involves delivering an estimated 120,000 gallons of propane to BIA-owned facilities for heating and emergency generators over a four-month period, from December 1, 2025, to March 31, 2026. This contract is crucial for ensuring reliable heating and emergency power supply in the region, with specific requirements including remote tank monitoring, emergency deliveries, and compliance with safety regulations. Interested vendors must submit their quotations by December 10, 2025, at 5:00 PM CST, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 for further information.
    Propane Delivery - Seward/FWA/DTA
    Buyer not available
    The Department of Defense, specifically the Army's Regional Contracting Office in Alaska, is seeking vendors to establish multiple five-year Blanket Purchase Agreements (BPAs) for the delivery and purchase of propane to Army installations in Alaska, including Seward, Fort Wainwright, and Fort Greely/Black Rapids. The procurement aims to secure a reliable supply of propane, which is essential for various operational needs at these military facilities. Interested vendors are invited to submit quotes per gallon for all or partial locations by the deadline of December 12, 2025, at 4:00 P.M. Alaska Standard Time, with services expected to commence on January 2, 2026. For inquiries, potential bidders can contact Ahmad Mustapha at ahmad.b.mustapha.civ@army.mil or Yolanda Ikner at yolanda.m.ikner.civ@army.mil.
    Fuel Dispenser Maintenance
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for fuel dispenser maintenance at Fort Drum, NY. The services include repairing, replacing, testing, and reprogramming fuel dispensing systems and associated equipment. The Contractor must comply with federal and local codes and regulations. The BPA will be evaluated annually and may last up to five years. Interested parties must be registered with SAM under NAICS code 811310. Contractors responding before 05 January 2024 will receive a Master BPA. The performance period for the MBPA will be from 02 June 2024 to 01 June 2029.
    Fuel Requirement - Erbil Diplomatic Support Center- Erbil, Iraq
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the delivery of gasoline (Midgrade Unleaded) and diesel fuel to the Erbil Diplomatic Support Center in Erbil, Iraq. This procurement aims to secure a reliable supply of fuel essential for the operations of the diplomatic support center, with specific requirements for Women-Owned Small Businesses (WOSB) to participate in the bidding process. Interested vendors must submit their offers by January 7, 2026, at 9:00 A.M. EST, and ensure compliance with various documentation requirements, including a signed SF 1449 and recent Certificates of Quality for the fuel types. For further inquiries, potential bidders can contact Suttom Beshir at suttom.beshir@dla.mil or Orlando Rodriguez, Sr. at orlando.rodriguez@dla.mil.