91--Supply & Deliver Fuel to Alcatraz Island, GOGA
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 National Park Service (NPS), under the Department of the Interior, is soliciting proposals for the supply and delivery of Off-Road Diesel or Renewable Diesel (RD99) and Ultra-Low Sulphur Gasoline to Alcatraz Island, Golden Gate National Recreation Area, San Francisco, California. This is a Combined Synopsis/Solicitation for commercial items, conducted under Full and Open Competition. The acquisition aims to secure fuel for the island's generators, vehicles, and other equipment.
Scope of Work
The contractor will be responsible for supplying and delivering specified quantities of fuel over a base year and three option periods. Key requirements include:
- Delivery of Off-Road Diesel or Renewable Diesel (RD99) and Ultra-Low Sulphur Gasoline.
- Estimated annual quantities: 40,000 gallons of diesel and 2,000 gallons of unleaded gas for the base year and two option years, plus 13,000 gallons of diesel and 750 gallons of unleaded gas for a 127-day option period.
- Diesel fuel deliveries to the island's 2,500-gallon Above Ground Storage Tank (AST).
- Gasoline fuel deliveries in Type I or Type II 5-gallon containers.
- Weekly diesel deliveries, not exceeding 1,000 gallons per delivery, with a 24-hour delivery capability upon notification.
- Fuel must meet ASTM D975 and California EPA Standards.
- Contractor must provide Safety Data Sheets (SDS), an approved metering mechanism for diesel, and a spill prevention plan.
- Coordination with the island Ferry Concessioner and maintenance service contract holder is required.
Contract Details
- Contract Type: Firm Fixed Price Purchase Order.
- Period of Performance: The contract includes a base year (June 26, 2026 – June 25, 2027), two option years (June 26, 2027 – June 25, 2029), and a final 127-day option period (June 26, 2029 – October 31, 2029).
- Set-Aside: Full and Open Competition.
- NAICS Code: 324110 (Petroleum Refineries).
Submission & Evaluation
- Quote Due Date: Monday, March 9, 2026, at 10:00 AM PDT.
- Submission Method: Quotes must be emailed to Quinn_Rankin@nps.gov with "Quote 140P8626Q0010" in the subject line.
- Required Documents: Bidders must complete and submit the "Technical Info Form-Past Performance" (Attachment 2), detailing company information, proposed team, and up to three relevant past performance references.
- Evaluation Factors: Award will be made to the responsible offeror providing the best value, considering: 1) Technical Acceptability, 2) Written statement of delivery capability within 24 hours, 3) Past Performance (at least 3 similar projects with client references), and 4) Price. Technical and past performance are approximately equal when combined, compared to price.
Key Dates & Notes
- Published Date: February 12, 2026.
- Site Visit: A site visit is scheduled for Wednesday, February 18, 2026, at 8:00 AM PST. Offerors must RSVP by February 17, 2026. Further guidance is on the last page of the solicitation.
- Questions Due: Tuesday, February 24, 2026, at 10:00 AM PST. Email questions to Quinn_Rankin@nps.gov.
- Interested parties must be registered in the System for Award Management (SAM).