AR - FELSENTHAL NWR - FUEL BPA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Fish and Wildlife Service (USFWS) is soliciting quotes for a Blanket Purchase Agreement (BPA) for delivered bulk fuel to the Felsenthal National Wildlife Refuge and Overflow National Wildlife Refuge in Arkansas. This is a Small Business Set-Aside. Quotes are due by Monday, April 27, 2026, at 12:00 PM Eastern Time.
Purpose & Scope
This combined synopsis/solicitation (RFQ) aims to establish a BPA for the acquisition and delivery of bulk fuel. The required fuel types include UN 1203 Gasoline Unleaded, 3, PG II, 87 Octane and/or NA 1993 Diesel Fuel #2, 15 PPM Sulfur ULSD, Clear, Taxable, 3, PG III, NON BIO. Deliveries will be made to the specified refuges in Arkansas. The BPA has an authorized limit of $150,000 for its life, with a not-to-exceed call limit of $10,000.
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA)
- Period of Performance: May 1, 2026, through April 30, 2031. The initial Statement of Work covers March 15, 2026 – March 15, 2027, with four additional option years.
- Set-Aside: Small Business Set-Aside
- NAICS Code: 213112 - Support Activities for Oil and Gas Operations
- Previous Contract: 140F0420P0350, awarded to SEWELL OIL COMPANY INC., for a maximum of $163,838.14.
Submission & Evaluation
- RFQ Due Date: Monday, April 27, 2026, by 12:00 PM Eastern Time.
- Submission Method: Quotes must be submitted via email to keith_rose@ios.doi.gov.
- Required Documents: Completed SF 1449, company information (address, phone, email, SAM.gov UEI), evidence of technical capabilities, up to three past performance references (using the provided survey form), and a detailed breakdown of pricing.
- Evaluation Factors: Offers will be evaluated based on technical experience, capacity, expertise, technical approach, management plan (key personnel and subcontractors), and past performance. Technical capabilities and past performance combined are considered significantly more important than price. The reasonableness of pricing will also be evaluated.
- Anticipated Award Date: May 1, 2026.
Eligibility & Notes
- Offerors must be Registered, Active, and Eligible for All Awards in the System for Award Management (SAM.gov).
- Questions regarding the solicitation should be emailed to keith_rose@ios.doi.gov within 48 hours of posting.
- Invoices must be submitted via the Internet Payment Platform (IPP) at https://www.ipp.gov.