91--Supply & Deliver Fuel to Alcatraz Island, GOGA
SOL #: 140P8626Q0010Award Notice
Overview
Buyer
Interior
National Park Service
PWR GOGA(86000)
SAN FRANCISCO, CA, 94123, United States
Place of Performance
Place of performance not available
NAICS
Petroleum Refineries (324110)
PSC
Fuel Oils (9140)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Feb 5, 2026
2
Last Updated
Apr 17, 2026
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 National Park Service (NPS), under the Department of the Interior, is soliciting proposals for the supply and delivery of Off-Road Diesel/Renewable Diesel (RD99) and Ultra-Low Sulphur Gasoline to Alcatraz Island, Golden Gate National Recreation Area, San Francisco, California. This requirement supports generators, vehicles, and other equipment on the island. This is a Full and Open Competition. Quotes are due Monday, March 9, 2026, at 10:00 AM PDT.
Scope of Work
The contractor will supply and deliver specified quantities of fuel for a base year and two option years, plus an additional 127-day option period.
- Fuel Types: Off-Road Diesel or Renewable Diesel (RD99) and Ultra-Low Sulphur Gasoline.
- Estimated Quantities (per year): 40,000 gallons of diesel and 2,000 gallons of unleaded gas.
- Delivery: Diesel to a 2,500-gallon Above Ground Storage Tank (AST) via a 2" internal line; gasoline in Type I or Type II 5-gallon containers.
- Frequency: Weekly diesel deliveries, not exceeding 1,000 gallons per delivery.
- Response Time: Deliveries must be made within 24 hours of notification.
- Standards: Fuel must meet ASTM D975 and California EPA Standards. A spill prevention plan is required.
- Coordination: Contractor must coordinate deliveries with the island Ferry Concessioner and maintenance service contract holder, and provide room on the delivery vessel for the NPS COR.
Contract Details
- Contract Type: Firm Fixed Price Purchase Order.
- NAICS Code: 324110 (Petroleum Refineries).
- Period of Performance:
- Base Year: June 26, 2026 – June 25, 2027
- Option Year 1: June 26, 2027 – June 25, 2028
- Option Year 2: June 26, 2028 – June 25, 2029
- Option Period 3: June 26, 2029 – October 31, 2029
Submission & Evaluation
- Proposal Submission: Quotes must be emailed to Quinn_Rankin@nps.gov with "Quote 140P8626Q0010" in the subject line.
- Quote Due Date: Monday, March 9, 2026, at 10:00 AM PDT.
- Evaluation Factors: Award will be made to the responsible offeror providing the best value, considering:
- Technical Acceptability (per SOW)
- Written statement of delivery capability within 24 hours
- Past Performance (at least 3 similar projects with client references)
- Price Technical and past performance are approximately equal when combined, compared to price.
- Eligibility: Interested parties must be registered in the System for Award Management (SAM).
Key Dates & Contacts
- Site Visit: Wednesday, February 18, 2026, at 8:00 AM PST. RSVP by February 17, 2026. (Highly recommended)
- Questions Due: Tuesday, February 24, 2026, at 10:00 AM PST. Email questions to Quinn_Rankin@nps.gov.
- Primary Contact (Metadata): Juan Roman (juan_roman@ios.doi.gov, 617-939-1144).
Attachments
- B08_Attachment_1_SOW_140P8626Q0010.pdf: Detailed Statement of Work.
- B08_Attachment_2_Technical_Info_Form-Past_Performance_140P8626Q0010.docx: Form for company information, proposed team, and up to three past performance references. This form must be completed and submitted with the quotation.
- B08_Attachment_3_Limitation_on_Subcontracting_Report_Template.xlsx: Template for reporting on subcontracting requirements.
People
Points of Contact
Roman, JuanPRIMARY