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
    Hazardous Fuels Reduction BPA, National + Guam
    Interior, Department Of The
    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.
    J--MN FWS ARD FSHRS Fish Distribution Truck Repair BP
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking to establish a Blanket Purchase Agreement (BPA) for the repair of large diesel trucks used in fish distribution efforts across three National Fish Hatcheries in Michigan and Wisconsin. The BPA, valued at up to $250,000, will cover a five-year period from April 1, 2025, to March 30, 2030, and aims to ensure the operational readiness of the fleet by providing necessary diagnostics and repair services. This initiative is crucial for maintaining transportation resources essential for wildlife conservation and restoration efforts in the Great Lakes region. Interested vendors must submit their quotes by February 26, 2025, and can direct inquiries to Renee Babineau at reneebabineau@fws.gov or by phone at 404-679-7349.
    2025 NPRA WINTER FUEL DELIVERY
    Interior, Department Of The
    The Bureau of Land Management (BLM), Alaska State Office, is seeking proposals for the winter delivery of Jet-A fuel to a remote tank located at Ikpikpuk, Alaska, during the 2024/2025 season. The objective is to transport 1,100 gallons of filtered Jet-A fuel, which is critical for supporting summer helicopter operations in 2025, necessitating careful planning and compliance with regulatory requirements. This procurement is set aside for small businesses and is subject to the Federal Acquisition Regulations (FAR) Parts 12 and 13, with quotes due by February 7, 2025, following the solicitation release on or about January 31, 2025. Interested parties should contact Lisa Brune at lbrune@blm.gov or 907-271-4453 for further information.
    KALA FY25
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting quotes for the procurement of 6,000 gallons of Ultra Low Sulfur Diesel Fuel to be delivered to Kalaupapa National Historic Park in Hawaii. This opportunity is classified as a Total Small Business Set-Aside under NAICS code 324110, and interested vendors must demonstrate their technical capability and past performance in similar contracts. The diesel fuel is essential for operational needs within the park, ensuring compliance with environmental standards. Quotes must be submitted by February 7, 2025, and interested parties should contact Lei Yang at leiyang@nps.gov or call 671-688-0187 for further information.
    K--OR-REFUGE LE-VEHICLE UPFITTING
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotes for the upfitting of two 2024 Ford F150 R1 LE Responder Vehicles as part of their law enforcement operations. The procurement involves specific modifications, including the installation of programmable battery savers, gun mounts, and emergency lighting systems, to enhance the vehicles' functionality for law enforcement personnel. This initiative is critical for ensuring that wildlife refuge law enforcement officers are equipped with the necessary tools to perform their duties effectively and safely. Interested vendors must submit their quotes by February 3, 2025, and ensure they are registered in the System for Award Management (SAM); for further inquiries, contact Oscar Orozco at oscarorozco@fws.gov.
    Mulching Hazardous Fuels, Brazoria NWR, TX
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified small businesses to provide mulching services for hazardous fuels at the Brazoria National Wildlife Refuge in Texas. The project involves mulching approximately 63.2 acres of trees and brush to mitigate fire hazards, with work scheduled to commence around September 1, 2025, and conclude by February 28, 2026. This initiative is critical for managing wildfire risks and protecting both government and private lands, while ensuring compliance with environmental regulations and safeguarding endangered species. Proposals are due by 5:00 PM ET on February 7, 2025, and interested vendors must submit their technical and price proposals separately, with emphasis on technical capabilities and past experience. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    Tanker Truck Fuel Pick-up
    Homeland Security, Department Of
    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.
    VIPR I-BPA for Fuel Tender for the West Zone (Regions 5 & 6)
    Agriculture, Department Of
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide Fuel Tenders for the West Zone (Regions 5 & 6) under a Multiple Award Incident Blanket Purchase Agreement (IBPA). This procurement is essential for supporting local, regional, and nationwide fire suppression efforts, as well as all-hazard incidents and prescribed fire project work. The solicitation is a total small business set-aside, allowing for participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), HUBZone, Women-Owned Small Businesses (WOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Interested vendors must submit their responses by March 3, 2025, at 15:00 PST, and can access the solicitation details through the VIPR Vendor application. For further inquiries, vendors may contact Craig Ericson at craig.ericson@usda.gov or by phone at 530-559-6264.
    ASPHALT REPAIR AT BIG BRANCH MARSH NWR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for asphalt repair at the Big Branch Marsh National Wildlife Refuge in Lacombe, Louisiana. The project entails a firm fixed-price construction contract with an estimated cost between $25,000 and $100,000, focusing on the cleaning, repair, sealing, and striping of asphalt surfaces that are over 18 years old. This initiative is crucial for maintaining the infrastructure of national wildlife refuges, ensuring both environmental protection and safety compliance during operations. Interested contractors must submit their offers by adhering to the specified guidelines, with the project timeline set from March 1, 2025, to November 30, 2025. For further inquiries, contact Khanhthong Moody at KhanhthongMoody@fws.gov or call 404-679-4022.
    MN DETROIT LAKES WMD TRUCK UPFIT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors for the upfitting of a 2025 Chevrolet 3500 DRW vehicle for the Detroit Lakes Wetland Management District. The procurement involves modifications that must comply with Department of Transportation regulations and include specific components such as a flatbed, rear hitch, and toolboxes, all of which must be readily available off-the-shelf items. This contract is crucial for enhancing the operational capabilities of the Wetland Management District, ensuring that the vehicle meets the necessary standards for functionality and safety. Interested small businesses must submit detailed quotations by January 27, 2025, and can contact Jeremy Riva at jeremyriva@fws.gov or 240-381-7321 for further information.