PROPANE SUPPLY AND DELIVERY
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 Department of the Navy / NAVSUP FLT LOG CTR SAN DIEGO is soliciting proposals for Propane Supply and Delivery to six Naval installations in the San Diego, CA area. This requirement is for a Firm Fixed Price (FFP) purchase order and is a 100% Small Business Set-Aside. Proposals are due February 25, 2026.
Scope of Work
The contractor will be responsible for the supply and delivery of commercial-grade propane to fill government-owned tanks at six specified locations: Naval Base Coronado (NBC), Naval Outlying Landing Field Imperial Beach (NOLF IB), SERE CAMP, CAMP Michael MONSOOR, CAMP MORENA, and San Clemente Island (SCI). Deliveries are generally scheduled quarterly for most locations, with SCI requiring monthly service. Emergency deliveries must be fulfilled within 24 hours of notification. The estimated annual quantity is 54,600 gallons, with compensation based on actual gallons delivered. Deliveries are required during standard business hours (Monday-Friday, 0600-1600 PST), excluding Federal holidays, unless otherwise approved.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) purchase order
- Period of Performance: March 11, 2026 – March 10, 2027
- Set-Aside: 100% Small Business Set-Aside
- Proposal Due: February 25, 2026, 12:00 AM
- Published: February 26, 2026
Evaluation
Proposals will be evaluated based on Technical, Past Performance, and Price, in descending order of importance. Technical proposals will be rated as Acceptable or Unacceptable. The three lowest-priced acceptable proposals will then undergo a Past Performance evaluation. Award will be made to the responsible offeror whose proposal represents the Best Value to the Government. The Government intends to award without discussions.
Additional Notes
Contractor personnel must obtain and maintain Defense Biometric Identification System (DBIDS) credentials. Invoices must be submitted electronically via Wide Area Workflow (WAWF) within five (5) U.S. business days following delivery, with digital copies also emailed to specified government contacts. The contract is subject to various FAR and DFARS clauses.