91--CO-NATL BLCK-FTD FERRET-PROPANE 5-YEAR BPA
ID: 140FS225Q0069Type: 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, under the Department of the Interior, is soliciting proposals for a five-year Blanket Purchase Agreement (BPA) for propane delivery services at the National Black-footed Ferret Conservation Center, with the contract period running from March 17, 2025, to March 16, 2030. The primary objective is to ensure consistent propane delivery to support the heating needs of the Center, which plays a crucial role in the conservation of the endangered black-footed ferret population through managed care and breeding. Interested vendors must submit their proposals by March 10, 2025, demonstrating technical capability, past performance, and pricing, while adhering to federal regulations and compliance standards. For further inquiries, potential bidders can contact Dana Arnold at dana_arnold@fws.gov or call 703-468-8289.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Black-footed Ferret Conservation Center in Carr, Colorado, is tasked with preserving a significant portion of the endangered black-footed ferret population through managed care and breeding. The Center houses approximately 170-185 breeding ferrets year-round, with numbers rising significantly during the breeding season when kits are born and transferred for processing. Essential to the Center’s operations is the delivery of propane for heating its facilities, particularly during fall and winter months. The main objective outlined in this statement of work is to ensure consistent propane delivery to refill the tanks used for heating, thereby supporting the ongoing care of the ferrets and the functionality of the Center. This necessity underlines the critical infrastructure required to maintain the health and viability of this endangered species, as well as the Center's role in reintroducing ferrets into the wild to contribute to recovery efforts.
    The document outlines a federal request for proposals (RFP) related to a Blanket Purchase Agreement (BPA) for propane delivery services at the National Black-footed Ferret Conservation Center, covering the period from March 17, 2025, to March 16, 2030. The amendment specifies the requirement for contractors to submit proposals including response times for propane refill requests, adherence to technical specifications, and past performance evaluations. Offers must be submitted by March 10, 2025, and include detailed pricing, company information, and compliance certifications. The Government evaluates proposals based on technical feasibility, lead time after order receipt, past performance, and pricing. Additionally, the document mandates various compliance standards and provisions, addressing federal regulations and ensuring contractor qualifications, service delivery standards, and financial accountability. This RFP emphasizes the commitment of the U.S. Fish and Wildlife Service to maintaining operational integrity while supporting conservation efforts.
    The government document outlines a Request for Quotation (RFQ) for a five-year Blanket Purchase Agreement (BPA) for propane delivery at the National Black-footed Ferret Conservation Center. The primary purpose is to solicit bids for refilling propane tanks from interested vendors, emphasizing that the award will be based on technical capability, past performance, and price. Key details include submission guidelines for quotes, due date for proposals (March 10, 2025), and the requirement for vendors to have an active registration in SAM.gov. The document specifies evaluation criteria, outlining the importance of meeting technical specifications and demonstrating a comprehensive understanding of the project's requirements. Moreover, the RFQ stresses compliance with various federal regulations and certifications, including the prohibitions on certain telecommunications and video surveillance services, and the requirement for vendors to ensure transparency regarding child labor in their supply chains. This procurement process reflects the government's commitment to responsibly sourcing services in line with environmental and operational standards essential for wildlife conservation efforts. Overall, the RFQ serves to identify qualified contractors while ensuring adherence to regulatory mandates throughout the procurement phase.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Black HIlls NPS BPA
    Buyer not available
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for the supply and delivery of propane to various national parks and monuments in South Dakota, including Wind Cave National Park and Mount Rushmore National Memorial. The contract, which spans five years with an estimated ceiling amount of $300,000, requires contractors to provide propane delivery services, including immediate and deferred orders, with specific compliance to delivery timelines and invoicing formats. This procurement is vital for maintaining operational efficiency across national parks, ensuring they have the necessary fuel for various functions. Interested contractors should contact Joseph Kirk at josephkirk@nps.gov or call 605-574-0510 for further details, and must submit their quotations, including an Experience Questionnaire and Price Schedule, by the specified deadline.
    Hazardous Fuels Reduction BPA, National + Guam
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking vendors for a Blanket Purchase Agreement (BPA) focused on Hazardous Fuels Reduction across the National territories and Guam. This BPA, which is a reissue to expand the pool of vendors, aims to manage hazardous vegetation through various methods, including herbicide spraying and mechanical clearing, with a performance period from March 31, 2025, to March 31, 2029. The initiative is critical for fire risk management and environmental safety, with a total purchase ceiling of $49.5 million over five years, and individual orders capped at $7.5 million. Interested vendors must submit their qualifications and pricing estimates by contacting Robert Sung at robertsung@fws.gov, including their CAGE code, Unique Entity ID, and details on the types of work they can perform.
    F--Predator Control at Attwater Prairie Chicken NWR
    Buyer not available
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking contractors for predator control services at the Attwater Prairie Chicken National Wildlife Refuge (NWR). The primary objective of this procurement is to manage and mitigate predator populations that threaten the habitat and survival of the Attwater Prairie Chicken, a species of concern. Effective predator control is crucial for the conservation efforts aimed at protecting this endangered bird and its ecosystem. Interested contractors can reach out to Jeremy Riva at jeremyriva@fws.gov or call 240-381-7321 for further details regarding this special notice.
    Fire Break Maintenance-Eagle Nest Lk Unit of San B
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for fire break maintenance at the Eagle Nest Lake unit of the San Bernard National Wildlife Refuge in Brazoria, Texas. The contract requires a qualified contractor to perform monthly mowing and disking activities over an eight-month period to create fire lines, thereby protecting adjacent private lands from wildfires while minimizing disturbance to local wildlife habitats. This initiative is crucial for ecological preservation and fire management, reflecting the government's commitment to maintaining environmental safety and compliance with federal standards. Proposals are due by 5:00 PM ET on March 14, 2025, and interested vendors must register in the System for Award Management (SAM) and submit both technical and price proposals, including relevant past experience and a site visit scheduled for March 12, 2025. For further inquiries, contact Darla Freyholtz at darlafreyholtz@fws.gov or call 701-339-3829.
    FY25 Fire Department Propane
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of propane services for the Fairchild Air Force Base Fire Department for Fiscal Year 2025. The contract requires the delivery of approximately 11,363.6 gallons of commercial-grade propane on an as-needed basis, with a firm-fixed-price structure, emphasizing compliance with federal regulations and the necessity for timely service delivery. This procurement is crucial for supporting the training operations of the Fire Department, ensuring they have the necessary resources for effective firefighting capabilities. Interested small businesses must submit their quotes by March 7, 2025, and can direct inquiries to A1C Valerie Lawrence at valerie.lawrence@us.af.mil or 509-247-8138, with a total contract value capped at $20,000.
    VIPR I-BPA for Fuel Tender for Regions 1, 2, and 4
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a Fuel Tender service under the VIPR I-BPA for Regions 1, 2, and 4. This procurement aims to support fire suppression and all-hazard incidents by providing fuel tenders during local, regional, and nationwide operations. The opportunity is particularly significant as it is a Total Small Business Set-Aside, allowing small businesses to compete for this contract. Interested vendors must submit their responses by March 7, 2025, at 17:00 MST, and can access the solicitation details through the VIPR Vendor application. For further inquiries, vendors can contact Taylor Jones at taylor.jones@usda.gov or call 303-928-0298.
    Propane BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Surface Combat Systems Center (SCSC) in Wallops Island, Virginia, is seeking proposals for a Blanket Purchase Agreement (BPA) for propane tank rental and delivery services. The BPA will cover an initial period of twelve months, starting December 11, 2025, with the potential for four additional twelve-month extensions, and will require the contractor to maintain and supply five 1,000-gallon propane tanks while ensuring compliance with all relevant regulations. This procurement is vital for supporting operational needs, with an anticipated total supply of 5,000 gallons of propane throughout the year, and is set aside for small businesses with a maximum call limit of $250,000. Interested contractors should contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or call 540-742-8050 for further details.
    VIPR I-BPA for Fuel Tender for the West Zone (Regions 5 & 6)
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking qualified vendors to provide Fuel Tenders for the West Zone (Regions 5 & 6) under a Multiple Award Incident Blanket Purchase Agreement (IBPA). This procurement is essential for supporting local, regional, and nationwide fire suppression efforts, as well as all-hazard incidents and prescribed fire project work. The solicitation is a total small business set-aside, allowing for participation from Service-Disabled Veteran-Owned Small Businesses (SDVOSB), HUBZone, Women-Owned Small Businesses (WOSB), and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Interested vendors must submit their responses by March 3, 2025, at 15:00 PST, and can access the solicitation details through the VIPR Vendor application. For further inquiries, vendors may contact Craig Ericson at craig.ericson@usda.gov or by phone at 530-559-6264.
    VIPR I-BPA for Fuel Tender for Region 3 ONLY
    Buyer not available
    The Department of Agriculture, specifically the U.S. Forest Service, is seeking vendors for a Fuel Tender service under the VIPR I-BPA for Region 3 only. This procurement is aimed at supporting fire suppression and all-hazard incidents, with the solicitation being re-opened for an open season Onboarding process, allowing both existing and new contractors to submit quotes. The opportunity is a total small business set-aside, and all submissions must adhere to the original solicitation's evaluation criteria and terms. Interested vendors should submit their responses by March 10, 2025, and can contact Joseph Perkins at joseph.perkinsv@usda.gov or 980-419-3768 for further information.
    North Boundary Fuel Break; Conboy Lake NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the North Boundary Fuel Break project at Conboy Lake National Wildlife Refuge, aimed at enhancing wildfire safety and environmental management. The project involves hazardous fuel reduction services, specifically the mechanical severing and processing of Lodgepole Pine trees to widen an existing fuel break, while adhering to strict environmental guidelines and safety protocols. This initiative is critical for managing vegetation and improving forest health, aligning with broader ecological goals. Interested small businesses, including service-disabled veteran-owned small businesses, must submit their proposals by February 26, 2025, with the total estimated contract value set at $11.5 million. For further inquiries, contact Fred Riley at fredriley@fws.gov or call 413-253-8738.