NY-IROQUOIS NWR BPA FOR BULK DIESEL AND UNLEADED
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), specifically the FWS SAT TEAM 3 office, is seeking proposals for a Blanket Purchasing Agreement (BPA) for Bulk Diesel and Unleaded Fuels for the Iroquois National Wildlife Refuge (NWR) near Basom, NY. This is a Firm-Fixed Price commercial order, issued as a Combined Synopsis/Solicitation. Quotes are due by April 22, 2026, at 12:00 PM Eastern Time.
Scope of Work
The BPA will cover the procurement of bulk fuel, including 87 Octane Unleaded Gas and #2 On-Road Diesel – Ultra Low Sulfur. Fuel will be requested and provided on an as-needed basis to support operations at the Iroquois NWR. The specified fuel types are minimum requirements, and the list is not exhaustive.
Contract & Timeline
- Contract Type: Blanket Purchasing Agreement (BPA)
- Pricing: Firm-Fixed Price, based on the Oil Price Information Service (OPIS) Rack Price plus a fixed mark-up per gallon.
- Authorized Limit: $250,000 for the life of the BPA.
- Call Limit: "Not to exceed" $10,000 per call.
- Period of Performance: June 1, 2026, through May 31, 2031 (5 years).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- RFQ Due Date: Wednesday, April 22, 2026, 12:00 PM Eastern Time.
- Anticipated Award Date: April 30, 2026.
- Published Date: April 8, 2026.
Submission & Evaluation
Quotes must be submitted via email to keith_rose@ios.doi.gov. Required submission documents include a completed SF 1449, a Quote Schedule (detailing fixed mark-up per gallon for each fuel type), Company Information (including SAM.gov UEI), Technical Capabilities, and Past Performance References (up to three clients, using the provided survey form). Offerors must be registered, active, and eligible in SAM.gov prior to award.
Evaluation will prioritize Technical experience, capacity, and expertise; Technical approach; Management Plan (Key Personnel); and Past Performance. Technical Capabilities and Past Performance combined will be weighed significantly more than price.
Additional Notes
Questions regarding the solicitation should be emailed to keith_rose@ios.doi.gov within 48 hours of the posting date. No site visit is scheduled for this opportunity.