AGFO BPA PROPANE
ID: 140P6324Q0073Type: Solicitation
AwardedNov 13, 2024
AwardeeLEGACY COOPERATIVE 401 S BELTLINE HWY W Scottsbluff NE 69361-1314 USA
Award #:140P6325A0001
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEMWR NEKOTA(63000)Rapid City, SD, 57701, USA

NAICS

Petroleum Refineries (324110)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

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

    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for the provision of bulk liquid propane delivery and maintenance services at the Agate Fossil Beds National Monument in Nebraska. The contractor will be responsible for refilling propane tanks, conducting maintenance inspections, and ensuring compliance with safety standards, including annual leak tests. Propane is critical for heating and generator operations at the monument, making this service essential for its functionality and safety. Interested parties should contact Nathan Ziegler at nathan_ziegler@nps.gov or call 605-574-0480, with a maximum contract value of $120,000 over five years and individual order limits of $10,000. Proposals must adhere to submission protocols outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Agate Fossil Beds National Monument requires a contractor to provide bulk liquid propane (LP) refilling and delivery services, along with maintenance inspections of propane tanks and related systems. Serving as a National Park Service site in Nebraska, the monument relies on propane for heating and generator operations, making this service essential for its functionality. The contractor must deliver propane within specified business hours and conduct timely inspections to identify any leaks or defects. An annual leak test certification is also required to comply with safety standards. Deliveries can range from $500 to $10,000, with a maximum contract total of $120,000. The document outlines training and safety qualifications essential for propane handling, adhering to regulations and standards to ensure safety and communication with park staff. This procurement aims to maintain operational efficiency and safety at the monument, ensuring compliance with safety measures for both the contractor and park facilities.
    The document is a pricing schedule for the solicitation number 140P6324Q0073, which pertains to propane tank wagon deliveries for the Agate Fossil Beds National Monument. It outlines that pricing will be based on the most current rates published in the Butane-Propane News (BPN) newsletter, issued weekly on Thursdays, using the average prices from Conway, Kansas. Contractors are required to provide a mark-up price, which should encompass all costs such as taxes and processing fees. The schedule includes estimated delivery dates ranging from November 2024 to October 2029, requiring participants to specify their mark-up per gallon for each period. The document also includes sections for the contractor's details, including name, address, point of contact, and signature, ensuring a formal bid submission. The purpose of this document is to solicit bids for propane delivery services, ensuring that the government receives competitive pricing while maintaining transparency in cost structures.
    The provided document is a contractor experience questionnaire specifically for propane delivery services, designed for federal and state RFP processes. It collects detailed information about the contractor's qualifications, experience, and financial standing. Key sections include the contractor's name, business type, years of relevant experience, past contract completions, and current commitments. It inquires if the contractor has failed to complete work or used performance bonds, and demands a list of personnel with qualifications for the project. Additionally, financial responsibility details are required, which can be substituted by a letter from a financial institution. The certification section mandates the contractor to affirm their commitment to completing the project as specified, ensuring compliance and capability through authorized references. Overall, this form facilitates the evaluation of a contractor’s ability to deliver services effectively in response to government solicitations.
    The document outlines a Request for Quote (RFQ) for the purchase and delivery of propane to Agate Fossil Beds National Monument in Harrison, Nebraska. The RFQ aims to establish a Blanket Purchase Agreement (BPA) for a maximum of five years, with a ceiling of $120,000 and individual order limits of $10,000. The government has specified that the propane deliveries will cater to multiple tanks, including a 2,000-gallon tank at the visitor center and smaller tanks for housing units. Delivery is required within four business days, and invoices will be processed electronically. Pricing will be based on averages from Butane-Propane News along with contractor fees. Interested parties must adhere to submission protocols, including electronic quoting and providing required representations and certifications. The evaluation will prioritize technical capability, delivery schedules, and pricing. This RFQ reflects the government's intent to streamline procurement processes while ensuring compliance with federal regulations.
    The National Park Service (NPS) is preparing to solicit propane supply through a pre-solicitation notice for Agate Fossil Beds National Monument, Harrison, Nebraska (Solicitation No.: 140P6324Q0073). The contract will utilize Simplified Acquisition Procedures, establishing a Blanket Purchase Agreement (BPA) lasting up to five years, dependent on the award date. Payment will primarily be via Visa Government Purchase Card, with an anticipated period from November 2024 to October 2029. The contract is exclusively open to small businesses under NAICS code 324110, which covers Industrial Gas Manufacturing, and requires contractors to meet specific employee and operational capacity thresholds. The formal solicitation is expected to be released around September 19, 2024, with bids due approximately two weeks later. Offerors must register and maintain active status in the System for Award Management (SAM) to be eligible. Interested parties can direct inquiries to Nathan Ziegler at the NPS. This acquisition is significant for ensuring essential propane supply for operational needs at the monument while promoting small business participation in government contracts.
    Lifecycle
    Title
    Type
    68--AGFO BPA PROPANE
    Currently viewing
    Award
    Solicitation
    Presolicitation
    Similar Opportunities
    Propane Supply and Delivery - Fort McCoy, WI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the procurement and delivery of approximately 145,000 gallons of propane gas annually to Fort McCoy, Wisconsin. The contract is intended to cover the period from April 1, 2026, to March 31, 2031, highlighting the importance of a reliable propane supply for the operations at the facility. Interested vendors can reach out to Dustin Robertson at 502-898-1255 or via email at dustin.t.robertson4.civ@army.mil for further details regarding the solicitation process.
    H--SACN FIRE SYSTEM INSPECTIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service's Midwest Region, is seeking a vendor for fire system inspections and repairs at the SACN site. The procurement aims to secure a sole source contract for a vendor with extensive experience and familiarity with SACN's fire systems, components, and infrastructure, which has been established over the past 3-5 years. This opportunity is critical for ensuring the safety and compliance of fire detection and alarm systems, as the selected vendor is the only local company capable of providing both fire system and fire extinguisher inspections, allowing for streamlined service. Interested parties can reach out to Joseph Bac at josephbac@nps.gov or call 402-800-8733 for further details regarding this procurement.
    Y--CAVE 332397 ¿ Replace Main Distribution System
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the replacement of the main distribution system at Carlsbad Caverns National Park, New Mexico, under Solicitation No. 140P2026R0007. This project aims to modernize the aged water distribution infrastructure, originally installed between 1932 and 1964, to ensure a reliable water supply for approximately 70 employees and 350,000 annual visitors while protecting the park's primary resource, the caverns, from potential leaks. The contract is structured as a Firm-Fixed-Price (FFP) offer, with a completion timeline of 390 calendar days and includes mandatory site visits and pre-bid meetings for interested contractors. For further details, potential bidders should contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288, with acknowledgment of amendments due by November 7, 2025.
    Liquid Argon delivery services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals from small businesses for liquid argon delivery services and microtank leasing. The procurement involves a five-year Blanket Purchase Agreement (BPA) for the provision of a 3000L liquid argon micro bulk tank with a 5K vaporizer, ultra-high purity liquid argon refills, and associated services such as delivery, setup, testing, and HAZMAT charges. This opportunity is critical for ensuring the availability of high-purity liquid argon, which is essential for various defense applications. Interested parties must submit their quotes by December 29, 2025, at 12 PM EST, including company information and a CAGE code, to the primary contact, Steven Besanko, at steven.besanko@navy.mil. The total ceiling price for this BPA is set at $349,999.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    Solicitation of a Concession Business Opportunity to Operate Food and Beverage, Retail, and Other Services within Great Basin National Park
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for a ten-year concession contract to operate food and beverage, retail, and other services within Great Basin National Park, located in Baker, Nevada. Interested parties are required to submit a "Notice of Intent to Propose" by February 25, 2026, and must provide their electronic proposals by March 25, 2026, to be considered for the contract. This opportunity is significant as it supports the park's visitor services and enhances the overall experience for guests. For inquiries, contact Mark Juretschke at markjuretschke@nps.gov, and ensure to check the NPS Commercial Services website for the prospectus and any updates.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    Y--YELL 310402 REPLACE GRANT WASTEWATER TREATMENT PLA
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the YELL 310402 Grant Wastewater Treatment Plant and Collections and Canyon Collections project in Yellowstone National Park. This federal contract, valued at over $10 million, involves the construction of new wastewater treatment facilities, rehabilitation of existing systems, and installation of necessary infrastructure, with a performance period anticipated from August 4, 2025, to November 30, 2028. The project is critical for enhancing wastewater management and environmental protection within the park, ensuring compliance with regulatory standards. Proposals are due by January 7, 2026, at 2:00 PM MT, and interested contractors should direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467.
    Y--YELL 326133 REHABILITATE CANYON VILLAGE WASTEWATER
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "YELL 326133 Rehabilitate Canyon Village Wastewater Treatment Systems" project at Yellowstone National Park. This federal contract involves extensive rehabilitation and upgrade of wastewater treatment facilities, including the demolition of existing structures and construction of new facilities such as headworks, bioreactors, and lift stations, with a project magnitude exceeding $10 million. The successful contractor will be required to commence work within 10 calendar days of receiving the notice to proceed and complete the project within 975 calendar days, with a proposal due date set for January 8, 2026. Interested parties can direct inquiries to Vicki Freese-Supler at vickilfreese-supler@nps.gov or call 720-402-8467 for further information.
    BPA - GASES: COMPRESSED AND LIQUEFIED PSC 68--
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the procurement of compressed and liquefied gases, including argon, nitrogen, helium, oxygen, and others. The objective is to secure standard commercial supplies and services at competitive prices, with a focus on small businesses as this opportunity is set aside for total small business participation. These gases are critical for various defense applications, and the BPAs will facilitate timely access to these essential materials while ensuring quality and reliability through a structured evaluation of past performance. Interested vendors must submit their documentation and references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.