68--DEVA-FY24 PROPANE
ID: 140P8124Q0092Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR LAME(81000)BOULDER CITY, NV, 89005, USA

NAICS

Natural Gas Extraction (211130)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide propane delivery services to Death Valley National Park. The procurement involves the delivery of approximately 15,000 to 18,000 gallons of liquid propane gas annually, with specific requirements for maintaining tank levels and conducting maintenance inspections at no additional cost. This contract is crucial for ensuring the operational efficiency and safety of park facilities, with a performance period from September 23, 2024, to September 22, 2027. Interested vendors should submit their proposals, including past performance examples and technical qualifications, to Michelle Harrison at Michelle_A_Harrison@nps.gov by the specified deadlines.

    Point(s) of Contact
    Harrison, Michelle
    (760) 367-5517
    (770) 528-8399
    Michelle_A_Harrison@nps.gov
    Files
    Title
    Posted
    The Statement of Work outlines the requirements for the delivery and maintenance of propane at Death Valley National Park (DEVA), California. The National Park Service (NPS) seeks a contractor to provide approximately 15,000 to 18,000 gallons of liquid propane gas (LPG) annually. Delivery is expected to keep tanks between 30% to 80% full, with specified topping levels (70% in winter and 65% in summer). Deliveries must be made within five working days of an order during business hours, with maintenance and inspections to be conducted at no additional cost. The contractor is responsible for adhering to federal, state, and local regulations regarding flammable gas transport and must hold the appropriate licenses and certifications. They are also tasked with reporting any deficiencies related to the propane system. The contract spans a base year from August 19, 2024, to August 18, 2025, with options for two additional years. Payment is by electronic transfer, and a superintendent with five years of relevant experience is required for oversight, especially if subcontractors are used. This proposal reflects the NPS's commitment to maintaining safety and compliance in its operations.
    The document pertains to a Request for Proposal (RFP) concerning the procurement of propane tanks. The main purpose is to solicit bids from qualified contractors for the supply and installation of propane tanks, aimed at improving operational efficiency in various government facilities. Key points include specifying tank sizes, safety compliance standards, and installation procedures, which adhere to federal and state regulations. The proposal emphasizes the need for quality materials, reliable delivery timelines, and ongoing maintenance support as part of the contract. Additionally, it outlines expectations for adherence to environmental and safety regulations throughout the installation and usage processes. This RFP represents an effort to secure necessary components for energy needs while ensuring compliance with regulatory frameworks. The document serves as a guide for vendors interested in participating in the bidding process, detailing submission requirements, evaluation criteria, and deadlines necessary for consideration. Overall, it reflects the government's commitment to sourcing critical infrastructure in a manner that is efficient, safe, and regulatory-compliant.
    The document outlines various routes from Las Vegas to Furnace Creek Visitor Center in Death Valley National Park, presenting four primary routes categorized by distance and travel duration. The shortest route is approximately 120 miles, taking about 2 hours, commencing from Interstate 15 South onto NV Hwy 160 West. It details a progression through Pahrump and Death Valley Junction. The easiest route, measuring 145 miles and taking 2.5 hours, follows a path from Interstate 15 to Hwy 95 North. A more scenic route is provided as well, spanning 172 miles with a travel time of 3.5 hours, starting similarly on NV Hwy 160 West but incorporating Tecopa Road and Badwater Road into the itinerary. Additionally, the longest route is highlighted at 160 miles with a travel time of 3 hours, moving through Beatty and Hells Gate. The purpose of this document aligns with government efforts to improve accessibility to national parks through detailed travel information, potentially useful for RFPs that may aim to enhance park visitation and tourism management. It serves as a practical guide for travelers, ensuring clear navigation options to a significant natural attraction.
    The U.S. Department of Labor's Wage Determination No. 2015-5669 outlines wage rates and fringe benefits for various occupations covered under the Service Contract Act in California, particularly for the County of Inyo. The document establishes minimum hourly pay, setting $17.20 for contracts effective after January 30, 2022, in line with Executive Order 14026, while older contracts may follow Executive Order 13658 with a minimum of $12.90 per hour. It lists specific wage rates for numerous job classifications, including administrative support, automotive service, healthcare, and technical occupations. Additionally, the document specifies required fringe benefits, including health and welfare allowances, vacation time, and paid holidays. There are unique conditions regarding computer employees, night and Sunday pay for air traffic controllers, and hazardous pay for specific roles. The document also details the conformance process for unlisted job classifications, emphasizing compliance with wage standards and the proper classification of service employees. It serves as a crucial resource for federal contracts and grants, ensuring workers receive fair compensation while adhering to government regulations.
    The RFP document 140P8124Q0092 addresses inquiries regarding the status of a potential government project. It confirms the existence of an incumbent contractor, Shoshone Propane, who has previously provided similar services. The awarded purchase order number is 140P8119P0005. This context indicates that the project is not new and highlights the importance of understanding past performance and current contractor engagement in federal procurement processes. The information is essential for vendors looking to participate in the competitive bidding for government contracts while ensuring they are aware of existing relationships and service history in the relevant sector.
    The document is an amendment to a solicitation for a government procurement, identified as Amendment 0001 for solicitation number 140P8124Q0092. The amendment outlines the procedure for acknowledging receipt of the amendment and states that failure to do so by the specified deadline may result in rejection of submitted offers. It specifies that offerors may change submitted offers via a letter or electronic communication before the submission deadline. The period of performance for the resulting contract is stated as from September 23, 2024, to September 22, 2027. The government intends to award a firm fixed-price order based on the responses received and has provided answers to frequently asked questions as part of the amendment. It emphasizes the importance of adhering to submission requirements, with a checklist provided for applicants. The document also includes contact information for the contracting officer, Michelle Harrison, for any related inquiries. Overall, the amendment serves to clarify procedures and ensure compliance with solicitation requirements.
    The document is a combined synopsis/solicitation for commercial propane delivery services to support Death Valley National Park, designated as Solicitation #140P8124Q0092. The National Park Service intends to award a firm fixed-price contract for a base period with options for two additional years. All bidders must submit a complete quote, which includes a checklist of required documents, technical approach, past performance examples, and key personnel resumes, demonstrating relevant experience within the last five years. Evaluation criteria focus on price, technical capability, past performance, and qualifications of key personnel. The document also outlines specific FAR clauses applicable to the contract, payment requirements via the U.S. Department of the Treasury’s IPP system, and insurance obligations. Emphasis is placed on compliance with setup specifications and adherence to regulations, making this solicitation a crucial part of the government's procurement process for commercial services in support of federal operations.
    Lifecycle
    Title
    Type
    DEVA-FY24 PROPANE
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Death Valley National Park - Repair Landfill Cap a
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the repair of the landfill cap and drainage systems at Furnace Creek in Death Valley National Park, California. The project, identified by solicitation number 140PS124Q0039, involves critical construction work to restore infrastructure damaged by flooding, including soil testing, erosion repairs, and the installation of new culverts and water bars. This initiative is vital for maintaining environmental safety and functionality within the park, emphasizing the government's commitment to ecological preservation and infrastructure resilience. Interested contractors must submit sealed offers by adhering to strict guidelines, with a project budget estimated between $100,000 and $250,000, and a mandatory site visit scheduled for September 30, 2024. For inquiries, contact Caitlin Hale at caitlinhale@nps.gov.
    DEVA - AUTO SHOP VEHICLE LIFTS
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting bids for the replacement of two vehicle service lifts at the Cow Creek Auto Shop within Death Valley National Park. The project aims to install hydraulic lifts to replace existing cable-driven models that have experienced mechanical failures, ensuring efficient vehicle maintenance operations at the park. This initiative is crucial for maintaining the park's vehicle maintenance facilities while adhering to safety and environmental regulations, particularly concerning the management of hazardous materials. Interested contractors must submit their proposals by September 18, 2024, with an estimated construction cost between $100,000 and $250,000, and can contact Caleb Overbaugh at caleboverbaugh@nps.gov for further details.
    Propane Indefinite Delivery Contract (IDC) BIA SRA
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is soliciting proposals for a 100% Indian Small Business Economic Enterprises set-aside contract for the supply and delivery of propane to its Standing Rock Agency in Fort Yates, North Dakota. The contract aims to provide an estimated total of 66,800 gallons of propane necessary for heating government facilities, ensuring a comfortable environment for employees and protecting sensitive equipment during cold seasons. This procurement is classified under NAICS code 324110 and will follow simplified acquisition procedures, with the contract performance period extending until August 1, 2025. Interested contractors must submit their proposals by 5:00 PM Central Time on September 18, 2024, and can direct inquiries to Madisen Bourland at Madisen.Bourland@bia.gov or by phone at 605-301-0995.
    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.
    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 connections. This initiative is crucial for meeting the fuel needs of the Kalaupapa settlement while ensuring compliance with safety and environmental regulations. Interested contractors must submit their proposals by September 19, 2024, and can contact Mark Barber at markbarber@nps.gov or 721-621-7310 for further information.
    PECO HVAC & Boiler Service
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals from qualified small businesses for a service contract focused on HVAC and boiler maintenance at Pecos National Historical Park in New Mexico, under solicitation number 140P6424Q0090. The contract will be a firm-fixed price agreement covering a base year with the potential for four additional option years, and it requires compliance with the Service Contract Act Wage Determination for San Miguel County, NM. This procurement is crucial for ensuring the operational efficiency and safety of the park's facilities, as it encompasses routine inspections, preventative maintenance, and emergency repairs for various HVAC systems. Interested contractors must submit their proposals by September 19, 2024, at 12:00 PM EST, including a Price Schedule, evidence of technical capability, and registration in the System for Award Management. For further inquiries, contact Jordan Ellis at jordanellis@nps.gov or 330-468-2500.
    NPS-YOSE, PURCHASE 35 TON LOWBED TRAILER
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified vendors to provide and deliver one (1) 35-ton lowbed trailer to Yosemite National Park in California. The procurement requires a trailer that meets specific technical specifications, including dual axles rated for 25,000 lbs each, air ride suspension, disc brakes with ABS, and a deck length between 24 and 24.4 feet. This acquisition is crucial for the operational needs of the park, ensuring efficient transportation of equipment and materials within its boundaries. Interested small businesses must submit their quotes by September 18, 2024, and ensure compliance with all specifications and federal mandates, with delivery required within 180 days after receipt of order. For further inquiries, vendors can contact Michelle Bennett at MichelleBennett@nps.gov or call 702-293-8909.
    DDWG Propane - SP330024Q0260
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking contractors to provide liquid propane gas for government-owned tanks at DLA Distribution in Warner Robins, Georgia. The procurement involves the delivery of propane 1-2 times per week over a base year and two option years, totaling an estimated 207,090 gallons from October 15, 2024, to October 14, 2027. This service is critical for maintaining operational readiness and safety standards for government facilities. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Morgan Costanzo at morgan.costanzo@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil by September 12, 2024.
    Y--GLCA 318744 Rehabilitate Critical Utility Systems
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Rehabilitate Critical Utility Systems" project at the Glen Canyon National Recreation Area, with an estimated construction cost exceeding $10 million. The project aims to modernize wastewater management systems in the Wahweap and Lone Rock areas of Arizona and Utah, focusing on upgrading wastewater collection, treatment systems, and the SCADA control network while ensuring compliance with environmental regulations. This initiative is crucial for enhancing the park's infrastructure and maintaining uninterrupted services for public use. Interested contractors must submit their proposals by September 25, 2024, at 1600 hours MDT, and can direct inquiries to James Waller at jameswaller@nps.gov or by phone at 303-969-2488.
    Z--Ext. Paint and Apply Fire Retardant to Roofs, LAVO
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors for a project involving the exterior painting and application of fire retardant to roofs at Lassen Volcanic National Park. The scope of work includes painting the Yah-Mah-Nee Visitor Center, two Entrance Station Fee Booths, and an adjacent Amphitheater, as well as applying fire retardant to approximately 34,000 square feet of shake shingles on 19 historic structures. This initiative is crucial for preserving the park's historical integrity while ensuring compliance with federal safety and environmental standards. Interested small businesses must submit their quotes electronically by 3 PM PDT on September 18, 2024, with an estimated contract value between $100,000 and $250,000. For further inquiries, contact Phaedra Fuller at PhaedraFuller@nps.gov or by phone at 360-565-3009.