68--AGFO BPA PROPANE
ID: 140P6324Q0073Type: Presolicitation
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, through the National Park Service, is preparing to solicit a Blanket Purchase Agreement (BPA) for propane supply at the Agate Fossil Beds National Monument in Harrison, Nebraska. This procurement is exclusively open to small businesses under NAICS code 324110, which pertains to Petroleum Refineries, and aims to ensure a reliable propane supply for operational needs at the monument over a potential five-year period. The formal solicitation is anticipated to be released around September 19, 2024, with bids due approximately two weeks later, and interested parties must maintain active registration in the System for Award Management (SAM). For inquiries, potential offerors can contact Nathan Ziegler at nathan_ziegler@nps.gov or by phone at 605-574-0480.

    Point(s) of Contact
    Files
    Title
    Posted
    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
    Presolicitation
    Similar Opportunities
    68--MORU & BADL Large Propane Tanks IDV
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is preparing to issue a solicitation for the purchase and delivery of propane to Mount Rushmore National Monument and Badlands National Park. This procurement will be conducted as a firm-fixed price requirements contract, utilizing Simplified Acquisition Procedures, and is exclusively set aside for small businesses under NAICS code 325120. The propane delivery is essential for the operational needs of the parks, with a previous contract resulting in over 280,000 gallons delivered through 19 orders. Interested contractors should anticipate a formal solicitation around September 16, 2024, with quotes due approximately 66 days later, by November 21, 2024. For inquiries, contractors can contact Contract Specialist Brian Peck via email or phone as listed in the notice.
    Z--NATIONAL PARK SERVICE - NATIONAL MALL AND MEMORIAL
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is soliciting bids for the restoration of the Samuel Gompers Statue and the Edmund Burke Memorial located at the National Mall in Washington, DC. The project aims to provide cyclical maintenance and conservation services, including a condition assessment, treatment recommendations, and comprehensive documentation to restore both memorials to a preserved state. This initiative underscores the importance of preserving national heritage and ensuring that significant monuments continue to honor American history, accommodating approximately 25 million visitors annually. Interested small businesses must submit their proposals by September 20, 2024, with a pre-proposal site visit scheduled for August 22, 2024. The estimated contract value ranges between $100,000 and $250,000, and inquiries can be directed to Dr. Bophany Drakeford at BophanyDrakeford@nps.gov or by phone at 202-619-6357.
    91--Delivery Renewable Diesel and Unleaded Gas
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified vendors for the purchase and delivery of unleaded gasoline and renewable diesel (RD99) fuel to the Lake Berryessa Field Office in Napa, California. The contract will cover a base period and four option years, commencing on November 1, 2024, and concluding on October 31, 2029, with annual delivery requirements of approximately 12,500 gallons of unleaded gasoline and 2,000 gallons of renewable diesel. This procurement is essential for maintaining operational efficiency and compliance with environmental regulations, particularly in light of recent shifts towards renewable fuel sources. Interested small businesses must submit their quotes electronically by September 23, 2024, at 3:00 PM PDT, and can direct inquiries to Sherry Heibeck at SHeibeck@usbr.gov or by phone at 916-978-6188.
    Notice of Presolicitation Site Visit for Concession Opportunity for Lodging, Food & Beverage, Retail, and Camping within Badlands National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is preparing to release a prospectus for a concession opportunity at Badlands National Park, focusing on lodging, food and beverage, retail, and camping services. Interested parties are invited to a presolicitation site visit on September 24, 2024, to tour the facilities and understand the requirements for the upcoming solicitation, which is expected to be issued by mid-November 2024. This opportunity is significant as it aims to enhance visitor services within the park, providing essential amenities to guests while ensuring sustainable operations. Interested businesses must RSVP by September 19, 2024, to Eric Nikkel at ericnikkel@nps.gov, with a limit of two representatives per entity allowed at the site visit.
    Y--KALA 248432 construct a fuel farm and dispensing
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the construction of a fuel farm and dispensing system at Kalaupapa National Historical Park in Hawaii. The project involves the installation of four 5,000-gallon above-ground fuel storage tanks, a 5,000-gallon diesel tank, and associated infrastructure, including footings, a dispensing/tracking system, and electrical services. This initiative is crucial for meeting the fuel needs of the Kalaupapa settlement while ensuring compliance with safety and environmental regulations. Interested contractors must adhere to the 8(a) set-aside requirements, with an estimated contract value between $5 million and $10 million, and submit their proposals by September 25, 2024. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Active
    Agriculture, Department Of
    Presolicitation Notice: Department of Agriculture, Department of Forest Service is preparing the Northern Rockies Stewardship BPA. This Blanket Purchase Agreement will cover Hazardous Fuels and Stewardship Restoration projects in Idaho, Montana, North Dakota, and South Dakota. The scope includes Federal and Non-Federal lands within 150 miles of the administrative boundaries of several National Forests and the Dakota Prairie Grasslands. The work may involve cutting and removal of sawtimber, non-sawtimber, and/or biomass, as well as road maintenance. The awarded Blanket Purchase Agreements will have a period of performance of 10 years with an option to extend up to 20 years. Future Call Orders will be emailed to the Contractors awarded under this BPA. Interested individuals must have an email account and be actively registered in the System for Award Management (SAM.gov) to be eligible for award. For assistance with SAM registration and proposal submission, resources are available at the Procurement Technical Assistance Center (PTAC) website. The primary point of contact for this solicitation is Matt Daigle, and questions must be submitted in writing to him. The Contracting Officer for this BPA is Mark T. Phillipp.
    STEA PARK WIDE FIRE EXTINGUISHER INSPECTION, TESTI
    Active
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the inspection, testing, maintenance, repair, and replacement of fire extinguishers at the Steamtown National Historical Site in Scranton, PA, under the Request for Quote (RFQ) number 140P4524Q0073. The contract encompasses a base period of twelve months with the possibility of four optional extensions, covering approximately 312 fire extinguishers that must comply with NFPA and OSHA standards. This procurement is set aside for small businesses under NAICS Code 811310, emphasizing the importance of maintaining safety and compliance within federal facilities. Proposals are due by September 20, 2024, at 2:00 PM EDT, and interested contractors should contact Linda Richardson at LindaRichardson@nps.gov for further details.
    S--Moab and Monticello Vault Toilet Pumping and Waste Hauling Services
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking qualified vendors to provide Vaulted Toilet Pumping Services for the Moab and Monticello Field Office locations within the Canyon Country District. This procurement is a total small business set-aside under NAICS Code 562991, and the contract will cover a Base Year plus four Option Years. These services are crucial for maintaining sanitation facilities in remote areas, ensuring compliance with health and environmental standards. The solicitation, identified as 140L5723Q0083, is expected to be posted on or around September 20, 2024, with a closing date in mid-November, and interested vendors should monitor www.SAM.gov for updates. For inquiries, contact Mark Renforth at mrenforth@blm.gov or call 334-846-2890.
    Z--HOSP 318915 Rehabilitate Park Bathhouses
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is announcing a pre-solicitation for the rehabilitation of the historic Maurice and Libbey bathhouses at Hot Springs National Park in Arkansas. The project aims to restore critical building systems, replace roofs, and prepare the facilities for commercial use, addressing their current state of disrepair. This initiative is part of the NPS's commitment to preserving historical assets while fostering opportunities for responsible contractors, with an estimated contract value exceeding $10 million and a performance timeline of 365 days. Interested businesses must register in the System for Award Management (SAM) and obtain a Unique Entity ID (UEID) to submit proposals, with the solicitation expected to be released around September 4, 2024. For further inquiries, interested parties can contact Edwin Berry at edwinberry@contractor.nps.gov or by phone at 303-969-2288.
    62--NCR-NAMA: PURCHASE LIGHTING MATERIALS
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking quotations for the procurement of standardized lighting materials for streetscapes and memorials in Washington, D.C., under solicitation number 140P3024Q0043. The project aims to supply lighting components that adhere to cityscape planning and Fine Arts Commission guidelines, ensuring the aesthetic integrity of the National Mall and Memorial Parks. This initiative is crucial for maintaining modern and efficient lighting solutions in public spaces, with a focus on sustainability and safety. Interested small businesses must submit their quotes by September 23, 2024, and ensure they are registered in the System for Award Management (SAM) at the time of submission. For further inquiries, potential bidders can contact Sharee Satterwhite at ShareeSatterwhite@nps.gov or by phone at 202-692-6060.