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 Department of the Interior, National Park Service, is soliciting proposals for the supply and delivery of fuel to Alcatraz Island, Golden Gate National Recreation Area, San Francisco, California. This Combined Synopsis/Solicitation is for Off-Road Diesel or Renewable Diesel (RD99) and Ultra-Low Sulphur Gasoline. The acquisition is for Full and Open Competition under a Firm Fixed Price Purchase Order. Quotes are due Monday, March 9, 2026, at 10:00 AM PDT.
Scope of Work
The contractor will supply and deliver specified fuels for generators, vehicles, and other equipment on Alcatraz Island. Key quantities include 40,000 gallons of diesel and 2,000 gallons of unleaded gas for the base year and each of two option years, plus 13,000 gallons of diesel and 750 gallons of unleaded gas for a 127-day option period. Diesel deliveries are to the island's 2,500-gallon Above Ground Storage Tank (AST) via a 2" internal line, while gasoline deliveries are in 5-gallon containers. Deliveries are required weekly for diesel (not exceeding 1,000 gallons per delivery) and must be made within 24 hours of notification. Fuel must meet ASTM D975 and California EPA Standards, and the contractor must provide Safety Data Sheets (SDS), an approved metering mechanism, and a spill prevention plan.
Contract & Timeline
- Contract Type: Firm Fixed Price Purchase Order
- 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), and Option Period 3 (June 26, 2029 - October 31, 2029).
- Set-Aside: Full and Open Competition
- Quote Due Date: Monday, March 9, 2026, at 10:00 AM PDT.
- Published Date: February 24, 2026 (Amendment 0002)
Submission & Evaluation
- Submission: Quotes must be submitted via email to Quinn_Rankin@nps.gov with "Quote 140P8626Q0010" in the subject line.
- Evaluation Factors: Award will be based on best value, considering: 1) Technical Acceptability (per SOW), 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 combined are approximately equal to price.
- Bidders must complete and submit the "Technical Info Form-Past Performance" (Attachment 2) with their quotation.
Important Dates & Notes
- Site Visit: A site visit is scheduled for Wednesday, February 18, 2026, at 8:00 AM PST. Offerors must RSVP by February 17, 2026.
- Questions Due: Tuesday, February 24, 2026, at 10:00 AM PST. Email questions to Quinn_Rankin@nps.gov.
- Amendment 0002 clarified a vendor question regarding minimum order quantities for fuel, confirming no modification to the Scope of Work in this regard.
- Interested parties must be registered in the System for Award Management (SAM).