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
  1. 1
    Posted Sep 17, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 17, 2024, 12:00 AM UTC
  3. 3
    Due Oct 7, 2024, 11:00 PM UTC
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
Sep 20, 2024, 5:05 PM UTC
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.
Sep 20, 2024, 5:05 PM UTC
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.
Sep 20, 2024, 5:05 PM UTC
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.
Sep 20, 2024, 5:05 PM UTC
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.
Sep 17, 2024, 6:24 PM UTC
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
Solicitation
68--AGFO BPA PROPANE
Currently viewing
Presolicitation
Similar Opportunities
Propane BPA FY25
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking vendors to establish a Blanket Purchase Agreement (BPA) for the bulk delivery of propane to the Propane Air Mixing Plant (PAMP) at Minot Air Force Base, North Dakota, for fiscal year 2025. Vendors must respond to delivery requests within 12 hours and complete deliveries within 24 hours after order confirmation, ensuring compliance with safety and federal regulations throughout the process. This procurement is set aside for small businesses under NAICS code 324110, with proposals due by April 28, 2025, at 12:00 PM CDT, and interested parties should contact Stiffler Engalla or Scott Stauffer for further details and submission protocols.
S--BADL Biowaste Vault Pumping Service
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for Biowaste Vault Pumping Services at Badlands National Park in South Dakota. This procurement aims to establish a firm-fixed price contract for septic pumping services covering 13 vault toilets, with services scheduled approximately every three weeks over three ordering periods from April 1, 2025, to March 31, 2028. The contract is crucial for maintaining sanitation services that enhance the visitor experience and support environmental management within the park. Interested small businesses must submit their quotations electronically, including a completed Standard Form 1449 and relevant experience documentation, by the specified deadlines, with a site visit scheduled for April 17, 2025. For further inquiries, potential offerors can contact Nathan Ziegler at nathanziegler@nps.gov or call 605-574-0480.
Z--MIIN 314972 & HAFO 314578 Rehab ID Parks Ops Bldgs
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of operational buildings at the Hagerman Fossil Beds National Monument and Minidoka National Historic Site in Idaho, under solicitation number 140P2025R0015. The project involves significant construction activities, including the installation of a dry-pipe fire suppression system, the construction of a new maintenance building, and the drilling of a new potable water supply well, with an estimated construction cost between $1,000,000 and $5,000,000. This initiative is crucial for enhancing the operational integrity of these national historic sites while ensuring compliance with safety and environmental regulations. Interested small businesses must submit their proposals by April 30, 2025, at 12:00 PM MDT, and can direct inquiries to Gabriel Castellanos at gabrielcastellanos@nps.gov or by phone at 303-969-2118.
Grand Canyon - Roto-Jet Pump Service BPA
Buyer not available
The National Park Service (NPS) is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for servicing and maintaining three Roto-Jet Pumps at the North Rim of Grand Canyon National Park. The procurement includes annual inspections, preventative maintenance, and emergency repairs to ensure the operational efficiency of these critical water supply systems. This BPA is vital for maintaining the infrastructure of one of America's premier national parks, with a five-year ordering period anticipated to commence on May 10, 2025. Interested vendors must submit their quotes electronically by May 7, 2025, and can direct inquiries to Lindsay McLaughlin at lindsaymclaughlin@nps.gov or by phone at 719-470-8678.
SERVICE BOILERS AT GOLDEN GATE NATIONAL RECREATION
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for a firm fixed-price contract to provide boiler maintenance services at the Golden Gate National Recreation Area in California. The project involves servicing eight boiler units across various buildings, ensuring operational efficiency and safety while preserving the historical integrity of the sites. Contractors must demonstrate relevant experience, possess a valid California C-4 license, and submit proposals by April 30, 2025, with evaluations based on price, experience, and past performance. Interested parties can contact Patty Payne at PattyPayne@nps.gov or by phone at 559-730-6435 for further details.
54--Replace/Refinish Fuel Tanks at Harper's Ferry NHP
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified small businesses to provide labor, materials, and supervision for the replacement and refurbishment of fuel tanks at Harper's Ferry National Historical Park in West Virginia. The project involves the removal of a non-compliant 2,000-gallon diesel above-ground storage tank and the refurbishment of a 4,000-gallon unleaded gasoline tank, ensuring compliance with safety and environmental regulations. This procurement is critical for maintaining the park's operational integrity and historical preservation, with a firm-fixed-price contract to be awarded based on the lowest price that meets technical requirements. Interested contractors must submit their quotes by May 8, 2025, following a site visit scheduled for April 17, 2025, and can direct inquiries to Brian Thornton at brianthornton@nps.gov or by phone at 240-220-8104.
N--GAAR HEATING SYSTEM REPLACEMENT BETTLES VISITOR CE
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of the heating system at the Bettles Visitor Center within the Gates of the Arctic National Park and Preserve in Alaska. The project involves removing outdated equipment and installing new systems, including a boiler and heat recovery ventilator, to enhance operational efficiency and comply with safety and environmental standards. This initiative is crucial for maintaining modern visitor facilities in a remote wilderness area, ensuring both functionality and ecological integrity. Interested small businesses must submit proposals by April 28, 2025, with a contract value estimated between $100,000 and $250,000, and the performance period set from July 1, 2025, to October 31, 2025. For further inquiries, contact Janet Milson at janetmilson@nps.gov or call 907-201-2581.
NAVSUP FLC PUGET SOUND PROPANE DELIVERY & TANK RENTAL
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for a firm-fixed-price contract for propane delivery and tank rental services, specifically supporting the Naval Air Station Whidbey Island. This procurement is a 100% small business set-aside, requiring contractors to provide on-demand propane delivery and rental of a 500-gallon propane tank, with a base year and options for up to three additional years. The services are critical for operational logistics, particularly for forklift operations at the facility, ensuring compliance with federal regulations and supporting small business participation. Interested contractors must submit their proposals by April 25, 2025, at 12:00 PDT, and can direct inquiries to Contract Specialist Walid Aslan at walid.m.aslan.civ@us.navy.mil or Chastity Cowans at chastity.t.cowans.civ@us.navy.mil.
Z--NAVA REPLACE FURNACES HOUSES 5, 6, 8
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to replace furnaces in residential houses at the Navajo National Monument in Arizona. This procurement is a total small business set-aside, requiring contractors to provide labor, materials, and equipment while adhering to specific submission formats, including a price schedule and capabilities statement. The project underscores the NPS's commitment to maintaining and improving facilities within national parks, ensuring compliance with federal contracting regulations. Proposals are due by April 28, 2025, at 5:00 PM EDT, and interested parties should contact Jessica Owens at jessicaowens@nps.gov or 720-450-2184 for further information.
Z--COLM Replace Devil's Kitchen Waterline
Buyer not available
The National Park Service (NPS) is seeking qualified contractors for a project to replace the waterline at Devil's Kitchen within Colorado National Monument, located in Grand Junction, Colorado. The project involves replacing approximately 900 feet of the existing 2-inch PVC waterline with a 3-inch HDPE pipe, along with associated valves and meters, and is anticipated to commence in late summer or fall. This initiative is crucial for maintaining the infrastructure and ensuring reliable water service to the picnic shelter and comfort station. Interested small businesses must submit their responses, including company information and capability statements, by April 17, 2025, to Nicollette Kennemer at nicollettekennemer@nps.gov, referencing the number 140P1225Q0044. The estimated construction cost for this project is between $100,000 and $250,000.