Propane Supply 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 Mission and Installation Contracting Command (MICC) at Fort Bliss, Texas, is issuing a Sources Sought notice to identify qualified firms capable of supplying and delivering propane to multiple locations across Fort Bliss, Texas, and White Sands Missile Range (WSMR), New Mexico. The Government anticipates establishing a Blanket Purchase Agreement (BPA) with a minimum of three (3) and a maximum of five (5) vendors. Responses will inform whether the requirement is set-aside for Small Businesses (in full or in part) or procured through full and open competition. Responses are due by 09:00 AM MST on May 19, 2026.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and services necessary for propane deliveries to designated Government-owned tanks at Fort Bliss and WSMR. The primary objective is to sustain an 80% fill level on every tank. Deliveries are expected between 7:00 AM and 4:00 PM, seven days a week, including Federal holidays, with usage primarily seasonal from September through March. All services must comply with Federal, State (NM, TX), OSHA, Army, and installation regulations.
Contract Details
This is a Sources Sought for a potential Firm-Fixed Price Blanket Purchase Agreement (BPA). The anticipated BPA duration is five (5) years, from July 1, 2026, through June 30, 2031, with a base year of performance from May 1, 2026, to April 30, 2027, and four option years. Individual calls under the BPA will not exceed $250,000 and will be competed among all BPA holders using a Price Only method, with awards going to the lowest priced technically acceptable quote. The Government is not obligated to any minimum quantities.
Eligibility & Requirements
The applicable NAICS code is 325120 (Small Business Size Standard: 1,000 employees), and the Product Service Code is 6830 (Gases: Compressed And Liquefied). Small businesses must perform at least 50% of the work. Key technical requirements include National Propane Gas Association Certification prior to proposal submission, 3-5 years of experience, and proof of performance on two contracts within the last two years. Personnel must be U.S. Citizens or authorized to work, English fluent, and pass background checks for installation access.
Submission Details
Interested firms must submit a tailored capabilities statement, not exceeding ten (10) pages (Times New Roman, 10 pitch font). The statement should include company name, address, email, website, telephone, size, ownership type (e.g., Small, Small Disadvantaged, Women-Owned, HUBZone, Service Disabled Veteran-Owned), company profile (employees, revenue, DUNS), and ability to meet facility/safeguarding requirements. If subcontracting is anticipated, the administrative and management structure must be addressed. Submissions are due via email to hasan.j.williams.mil@army.mil and susette.lujardolahera.mil@army.mil by 09:00 AM MST on May 19, 2026.
Market Research Evaluation
Responses will be evaluated to assess industry capacity for providing services consistent in scope and scale, securing resources, implementing project management plans, and delivering performance-based services. This is for informational purposes only and does not constitute a request for proposal.