NM Mora NFH - Propane Delivery 5-Year BPA
ID: 140FS225Q0112Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Petroleum Refineries (324110)

PSC

FUEL OILS (9140)

Set Aside

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

    The U.S. Fish and Wildlife Service is seeking qualified vendors to establish a five-year Blanket Purchase Agreement (BPA) for propane delivery to the Mora National Fish Hatchery. This procurement aims to ensure a reliable supply of propane from June 1, 2025, to May 31, 2030, and requires offerors to demonstrate their technical capabilities, pricing structures, and past performance evaluations. The propane is essential for the hatchery's operations, highlighting the government's commitment to environmentally responsible procurement practices. Interested parties should contact Dana Arnold at dana_arnold@fws.gov or call 703-468-8289 for further details and submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for a five-year Blanket Purchase Agreement (BPA) concerning propane delivery for the Mora National Fish Hatchery managed by the U.S. Fish and Wildlife Service. It seeks qualified sources to establish an efficient procurement process, anticipating regular needs for propane supplies from June 1, 2025, to May 31, 2030. Key points include submission requirements such as a signed Form SF 1449, documentation demonstrating technical capabilities, pricing details, and past performance evaluations. Offerors must detail their understanding of the technical requirements, provide lead times for delivery, and ensure their pricing includes all associated fees. The contract emphasizes compliance with federal acquisition regulations and mandates that vendors must be evaluated on their ability to meet technical specifications, past performance, and price. Additional provisions include a certified representation regarding telecommunications equipment and compliance with environmental and labor regulations. The BPA is limited to authorized callers within the Fish and Wildlife Service, reinforcing a streamlined purchasing process while adhering to federal guidelines. This initiative illustrates the government’s commitment to environmentally responsible procurement practices.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    68--Navajo Dam Propane
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is seeking interested vendors for the delivery of approximately 4,000 gallons of propane annually to the Navajo Dam facility located in San Juan County, New Mexico. This procurement is part of a market research initiative under FAR Part 10, aimed at assessing the capabilities of potential suppliers and determining whether the services can be competitively sourced or set aside for small businesses across various socioeconomic categories. The propane delivery is crucial for the operational needs of the facility, ensuring that it runs efficiently and effectively. Interested businesses are encouraged to submit capability statements detailing their qualifications and experience by June 17, 2025, and should monitor the SAM.gov website for future solicitation announcements. For further inquiries, contact Feyna Li at fli@usbr.gov or call 801-524-3655.
    Supply and Deliver Propane, Lassen Volcanic NP
    Buyer not available
    The National Park Service (NPS) is seeking proposals from qualified small businesses for the supply and delivery of propane to Lassen Volcanic National Park in Tehama County, California. The contractor will be responsible for providing all necessary supervision, labor, equipment, and supplies to deliver approximately 24,666 gallons of propane to three underground storage tanks, ensuring they are filled to 80% capacity as per project specifications. This procurement is crucial for the operation and heating of park facilities, with the service expected to commence in June 2025 and continue through September 2025. Interested vendors must submit their quotations via email by the specified deadline, and for further inquiries, they can contact Brenda Lewis at BrendaLewis@nps.gov or call 206-220-4018.
    PROPANE
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking proposals for the procurement of propane delivery services for the Truxton Canon Agency in Arizona. The contract, structured as a Firm-Fixed-Price agreement, will cover the continuous delivery of liquid propane (LP) gas, along with maintenance and repair services for propane tanks and related equipment, ensuring a reliable supply for agency operations. This opportunity is particularly significant as it is set aside for small businesses, promoting their engagement in federal contracting while adhering to safety and environmental standards. Interested vendors should note that the contract duration is from April 1, 2025, to September 30, 2025, and they can contact Danielle Bitsilly at danielle.bitsilly@bia.gov for further information.
    UT-OURAY NFH-(2) SUMP PUMPS AND (2) BOOSTER PUMPS
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking proposals from qualified small businesses for the procurement of two sump pumps and two booster pumps for the Ouray National Fish Hatchery located in Vernal, Utah. The solicitation emphasizes the need for specific pump models, including Barns/Crane sump pumps with a horsepower of 7.5 and Berkely booster pumps, both designed to meet particular flow and head height requirements, as part of the hatchery's efforts to replace aging equipment. This procurement is critical for maintaining the efficiency of the hatchery's Recirculating Aquaculture System, which supports fish conservation efforts. Interested vendors must submit their offers by June 18, 2025, by 5:00 PM EST, and can reach out to Khalilah Brown at khalilahbrown@fws.gov or by phone at 571-547-3407 for further information.
    Replacement of Diesel Fuel Storage Tank
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of a failing 2,000-gallon above-ground diesel fuel storage tank at the Green Lake National Fish Hatchery in Ellsworth, ME. The project entails the removal of the existing tank, proper disposal in accordance with environmental regulations, and the installation of a new 1,000-gallon tank on an existing concrete pad, with work expected to commence in July 2025 and completed within 30 days of the Notice to Proceed. This initiative is crucial for maintaining the hatchery's operations while ensuring compliance with safety and environmental standards. Interested bidders should contact Christa Garrigas at christagarrigas@fws.gov or call 325-261-4143 for further details, with a budget estimate for the project ranging from $25,000 to $100,000.
    J--R6 - Vehicle Repair/Maint BPA setup
    Buyer not available
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for vehicle repair and maintenance services across Region 6, which includes Montana, Wyoming, North Dakota, South Dakota, Kansas, Nebraska, Colorado, and Utah. The procurement encompasses a wide range of services, including diagnostics, fluid services, electronics, engine maintenance, and the purchase of repair parts, with a focus on ensuring that vendors have certified mechanics capable of performing these tasks. This BPA is crucial for maintaining the operational readiness of government vehicles over a ten-year period, with a total contract value of up to $7,500,000 per individual purchase. Interested vendors must submit their proposals, including a signed form 1449, a statement of capability, and hourly labor rates, by the extended deadline of June 30, 2025, to Robert Sung at robertsung@fws.gov.
    OR MALHEUR NWR UNIT 7 PIPE PHASE 2
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking quotes for the procurement of piping materials as part of the Unit 7 Pipe Phase 2 project at the Malheur National Wildlife Refuge. This procurement includes the delivery of water control structures and associated hardware, with specific requirements for culverts and canal gates, and a delivery deadline set for June 1, 2025. The project is critical for enhancing water management and conservation efforts within the refuge, and it is categorized under NAICS code 237110, emphasizing a total small business set-aside. Interested vendors must submit their proposals by June 16, 2025, via email, and ensure they are registered in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted at oscarorozco@fws.gov.
    J--Region 4 Heavy Equipment Maintenance and Repair BP
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified vendors to establish a Blanket Purchase Agreement (BPA) for heavy equipment maintenance and repair services across Region 4, which includes states such as Alabama, Florida, and Georgia, as well as Puerto Rico and the U.S. Virgin Islands. The procurement encompasses a wide range of services including diagnostics, fluid and filtration services, and repairs for various heavy equipment, with a focus on ensuring compliance with environmental standards and promoting small business participation, as 20% of the awards are reserved for small businesses. This BPA is crucial for maintaining operational efficiency and safety of heavy equipment utilized by the agency, with a total ceiling of $12 million for all awards and individual call limits set at $7.5 million. Interested vendors must acknowledge receipt of amendments and submit their proposals by June 23, 2025, with the BPA period running from August 1, 2025, to July 31, 2035; for further inquiries, contact Sarah DeLawder at Sarahdelawder@fws.gov or (304) 876-7429.
    Liquid Petroleum Gas
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified vendors to establish a Blanket Purchase Agreement (BPA) for the supply of Liquid Petroleum Gas (LPG) at the United States Air Force Academy (USAFA) in Colorado. The BPA aims to meet the LPG needs across multiple service locations, with a ceiling amount of $350,000 and an ordering period from August 1, 2025, to July 31, 2030. This procurement is crucial for ensuring a reliable supply of LPG to support operational requirements at various facilities, including the Farish Recreational Area and Bullseye Airfield. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), are encouraged to submit their quotes and must adhere to specific submission guidelines, with inquiries directed to David Willers at david.willers@us.af.mil or Leila Bussey at leila.bussey@us.af.mil.
    MN DETROIT LAKES WMD FIRE FIGHTING PUMP
    Buyer not available
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for the supply and delivery of a Fire Fighting Pump for the Detroit Lakes Water Management District in Minnesota. This procurement is designated as a total small business set-aside, requiring bidders to provide detailed pricing, technical specifications, lead times, and past performance history in their proposals. The firefighting pump, which includes a custom skid unit with a 300-gallon water tank and a 20HP Honda pump, is crucial for enhancing local environmental management and firefighting capabilities. Proposals must be submitted by June 13, 2025, and interested parties can contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407 for further information.