91--CA SAN LUIS NWR COMPLEX FUEL BPA

SOL #: 140F0S26Q0015Award Notice

Overview

Buyer

Interior
Us Fish And Wildlife Service
FWS, OVER SAT G/S
Falls Church, VA, 22041, United States

Place of Performance

Place of performance not available

NAICS

Petroleum Refineries (324110)

PSC

Fuel Oils (9140)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 23, 2026
2
Last Updated
Mar 30, 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 U.S. Fish and Wildlife Service (FWS) is soliciting proposals for a 10-year Multiple Award Blanket Purchase Agreement (BPA) for Bulk Fuel (unleaded non-ethanol gasoline and clear diesel) for the San Luis National Wildlife Refuge Complex and associated refuges in California. This is a Total Small Business Set-Aside. Proposals are due March 23, 2026.

Scope of Work

The requirement is for on-call delivery of clear ultra-low sulfur #2 diesel and unleaded regular gasoline (non-ethanol) to various locations including San Luis NWR, Blue Goose Fire Cache, Merced NWR, and San Joaquin River NWR. Deliveries must occur within one day of notification. Vendors must be located within 60 miles of these delivery sites. Fuel must comply with current National Fuel Quality Standards and ASTM standards. Government-furnished above-ground holding tanks will be provided. Pricing will be based on a mark-up per gallon over the OPIS rack price on the day of delivery, inclusive of all costs, taxes, and fees.

Contract Details

  • Contract Type: Multiple Award Firm-Fixed Price Blanket Purchase Agreements (BPAs).
  • Period of Performance: 10 years.
  • Purchase Limitation (per call): Not to exceed $60,000.00.
  • Authorized Limit (Ceiling): $950,000.00 shared across all awarded BPAs over the ten-year life.
  • Set-Aside: Total Small Business Set-Aside (Full and open competition, 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, via email to joni_dutcher@fws.gov.
  • Evaluation Factors: Technical acceptability (including location within 60 miles of delivery sites, ability to deliver within one day, and satisfactory past performance) and Fair/Reasonable Price are considered equal.
  • 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.

Amendment Details

An amendment updates Section L of the solicitation, providing updated contact information for the Contracting POC (Joni Dutcher) and technical POCs (Tracey Germino, Sara Araiza). It also introduces a clause addressing uncontrollable occurrences (e.g., pandemic, natural disaster, federal furlough), stating that the contractor will only bill for goods received up to the time of the occurrence, and remaining funds will be de-obligated without further claims. Bidders should review these highlighted changes and account for the new clause.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 5
Award Notice
Posted: Mar 30, 2026
View
Version 4
Award Notice
Posted: Mar 27, 2026
View
Version 3Viewing
Award Notice
Posted: Mar 26, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 7, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
View