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, specifically NAVSUP FLT LOG CTR SAN DIEGO, has issued a Solicitation for the supply and delivery of commercial-grade propane to six Naval installations in the San Diego area. This is a 100% Small Business Set-Aside. Proposals are due March 4, 2026, at 12:00 PM PST.
Scope of Work
The contractor will be responsible for providing all necessary labor, transportation, equipment, and materials for the supply and delivery of propane. This includes filling government-owned propane tanks on a scheduled and as-needed basis at the following locations: Naval Base Coronado (NBC), Naval Outlying Landing Field - IB (NOLIF), SERE CAMP, CAMP Michael MONSOOR (CMM), CAMP MORENA (CM), and San Clemente Island (SCI). Deliveries are generally scheduled quarterly, with San Clemente Island requiring monthly service. The estimated annual quantity is 54,600 gallons. Emergency deliveries must be completed within 24 hours of notification. Contractor personnel are required to obtain and maintain Defense Biometric Identification System (DBIDS) credentials. Deliveries are to occur during standard business hours (Monday-Friday, 0600-1600 PST), excluding Federal holidays, unless prior coordination is obtained.
Contract Details
- Contract Type: Firm Fixed Price (FFP) purchase order.
- Period of Performance: March 11, 2026, to March 10, 2027.
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 221210 (Fuel Oils, Small Business Size Standard: 1150 Employees).
- Place of Performance: San Diego, CA.
Submission & Evaluation
- Proposals Due: March 4, 2026, at 12:00 PM PST.
- Award Basis: Best Value Tradeoff.
- Evaluation Factors: 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 be evaluated for Past Performance, and subsequently for Price. The Government intends to award without discussions.
- Invoicing: Must be submitted electronically via Wide Area Workflow (WAWF) within five (5) business days following delivery.
Contact Information
- Primary Point of Contact: Amber Haverstick (amber.m.haverstick.civ@us.navy.mil)