91--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 U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a 10-year Multiple Award Blanket Purchase Agreement (BPA) to provide bulk unleaded (non-ethanol) and clear diesel fuel for the San Luis National Wildlife Refuge Complex and associated refuges in California. This opportunity is a Total Small Business Set-Aside. An amendment has updated Section L and introduced a new clause regarding uncontrollable occurrences. Proposals are due by March 23, 2026, at 08:00 AM EST.
Scope of Work
This requirement is for on-call delivery of clear ultra-low sulfur #2 diesel and unleaded regular gasoline (non-ethanol) within one day of notification. Fuel must comply with current National Fuel Quality Standards and ASTM standards. Delivery locations include San Luis NWR, Blue Goose Fire Cache, Merced NWR, and San Joaquin River NWR. Offerors must be located within 60 miles of these delivery sites. The government will provide above-ground holding tanks (250 to 2,000 gallons capacity). Adherence to 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 Ceiling: $950,000.00 shared across all awarded BPAs over the ten-year life.
- Pricing: Based on a mark-up price per gallon over the Oil Price Information Service (OPIS) rack price on the day of delivery, including all transportation, margin, applicable taxes, and fees.
- Set-Aside: Total Small Business Set-Aside. The government intends to award up to three BPAs.
Submission & Evaluation
- Submission Deadline: Wednesday, March 23, 2026, at 08:00 AM EST.
- Submission Method: Email only to joni_dutcher@fws.gov.
- Questions Due: March 15, 2026, submitted in writing via email to joni_dutcher@fws.gov.
- Evaluation Factors: Technical acceptability and Fair/Reasonable Price are considered equal. Technical acceptability requires the offeror to be located within 60 miles of delivery sites and demonstrate the ability to deliver within one day. Past performance will be reviewed via CPARS/FAPIIS.
- Required Documents: Offerors must provide a cover letter, completed SF 18, Quote Schedule, SAM UEI, SAM registration print-out, address of fuel station, and subcontractor information if applicable.
Key Updates
Amendment 1 updates Section L of the solicitation (changes highlighted in red) and introduces a clause addressing uncontrollable occurrences (e.g., pandemic, natural disaster, federal furlough). In such events, the contractor will only bill for goods received up to the time of the occurrence, and any remaining funds will be de-obligated without further claims or compensation. Bidders should review these highlighted changes and ensure their proposals account for the new clause.