San Luis NWR Complex 10-year 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 US Fish and Wildlife Service, under the Department of the Interior, is soliciting proposals for a Combined Synopsis/Solicitation (RFQ) to establish a 10-year Fuel Blanket Purchase Agreement (BPA). This opportunity aims to secure bulk unleaded (non-ethanol) and clear diesel fuel for the San Luis National Wildlife Refuge Complex in Los Banos, California. This requirement is designated as a Total Small Business Set-Aside. Offers are due by May 22, 2024.
Scope of Work
This BPA will cover the supply of:
- Fuel Types: Unleaded (non-ethanol) gasoline and clear ultra-low sulfur #2 diesel.
- Delivery: On-call, within one day of notification, to San Luis NWR, Blue Goose Fire Cache, Merced NWR, and San Joaquin River NWR.
- Vendor Location: Offerors must be located within 60 miles of the specified delivery locations.
- Tank Capacity: Deliveries will be made to various above-ground tanks ranging from 250 to 2,000 gallons.
- Quality Standards: Fuel must comply with current National Fuel Quality Standards and ASTM fuel quality standards.
- Compliance: Adherence to applicable environmental and HAZWOPER procedures is required.
Contract Details
- Contract Type: Multiple Award Firm-Fixed Price Blanket Purchase Agreements (BPAs).
- Period of Performance: 10 years, from April 1, 2026, to March 31, 2036.
- Purchase Limitation: Not to exceed $60,000.00 per call.
- Authorized Limit (Ceiling): $950,000.00, shared across all awarded BPAs over the ten-year period.
- Pricing: Based on +/-5% of the Rack Price on the day of delivery, using the average Oil Price Information Service (OPIS) for the area, plus a fixed mark-up price per gallon. Prices must include all applicable taxes, delivery/seller fees, and transportation costs.
Submission & Evaluation
- Offers Due: Wednesday, May 22, 2024, at 08:00 AM EST.
- Submission Method: Offers must be submitted by e-mail only to joni_dutcher@fws.gov.
- Inquiries: Questions must be submitted in writing via e-mail to joni_dutcher@fws.gov by May 10, 2024.
- Evaluation Criteria: Technically Acceptability (including Past Performance) and Fair/Reasonable Price. These factors are considered equal.
- Technical Acceptability: Offerors must be located within 60 miles of the delivery locations and demonstrate the ability to deliver within a one-day timeframe. Past performance will be reviewed via CPARS/FAPIIS.
Eligibility & Set-Aside
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Award Intent: The government intends to award multiple BPAs to technically acceptable offerors with fair and reasonable prices, with at least one small business award anticipated.
Additional Notes
Offerors must complete Standard Form 18 (Request for Quotation), provide SAM registration information, and details about their fuel station location. The document includes numerous FAR clauses and provisions.