The purpose of this Amendment 0001 is to add a site map to the listing.
All other terms and conditions remain unchanged.
** THIS REQUIREMENT IS BEING SOLICITED AS TOTAL SMALL BUSINESS SET ASIDE **
THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS IN ACCORDANCE
WITH FAR 52.232-18
NOTE: Offerors may use another format for submission of quotes. However, all quotes must
contain the minimum information required under FAR 52.212-1, "Instructions to Offerors -
Commercial Products and Commercial Services (Sep 2023).
1.0 Introduction and Summary
The U.S. Army Contracting Command, on behalf of the USAG Fort Devens, MA, is seeking
qualified contractors to provide propane supply and maintenance services. The contractor shall
furnish all labor, equipment, materials, supervision, and transportation necessary for propane
delivery, annual inspections, and on-call service calls as outlined in the Scope of Work (SOW)
"Devens RFTA Propane Supply Contract" dated 09 February 2026.
Services are required for the Devens Reserve Forces Training Area (RFTA) South Post Range
Complex in Lancaster, MA, and the Former Moore Army Airfield in Ayer, MA.
This acquisition is a Total Small Business Set-Aside. The designated NAICS code is 325120
(Industrial Gas Manufacturing) with a Product Service Code (PSC) of 6830 (Gases:
Compressed and Liquefied).
2.0 Period of Performance
The anticipated contract will include a 12-month base year, followed by three (3) 12-month
option years, subject to the availability of funds and satisfactory performance.
3.0 Scope of Work
The contractor will be responsible for a comprehensive range of propane services, including but
not limited to:
Propane Delivery: Provide automatic, on-call delivery of approximately 15,000 gallons of
Liquefied Petroleum Gas (Propane) annually. Deliveries must conform to ASTM D1835
standards. Response times are critical:
Standard Notification: Delivery within 24 hours.
Emergency Notification: Delivery within 12 hours.
Annual Inspections: Perform and document annual inspections of all government-owned
propane tanks and associated piping to ensure compliance with NFPA 58 and 527 CMR 6.00
codes.
Service and Repairs: Conduct on-call service for diagnosis and repair of tanks, appurtenances,
and gas lines. The contractor will provide parts and materials, with government pre-approval
required for costs exceeding $50.00.
Propane Transfer: Provide on-call services to transfer propane between tanks as directed by
government personnel.
Permits and Compliance: The contractor is solely responsible for obtaining and financing all
required local, state, and federal permits, licenses, and inspections necessary to execute the
work.
3.1. System for Award Management (SAM): The Offeror must be registered in the System for
Award Management (SAM) in order to be eligible to receive an award. If you need to register in
SAM, go to https://www.sam.gov/.
3.2. See Federal Acquisition Regulations (FAR) clause 52.212-1, "Instruction to Offeror -
Commercial Items" and FAR 52.212-1, Addendum for additional information.
3.3. See FAR clause 52.212-2, "Evaluation -- Commercial Items" and FAR 52.212-2,
Addendum for additional information and for evaluation criteria.
3.4. See FAR provision 52.204-24, "Representation Regarding Certain Telecommunications
and Video Surveillance Services or Equipment," FAR clause 52.204-25, "Prohibition on
Contracting for Certain Telecommunications and Video Surveillance Service or Equipment" and
FAR provision 52.204-26, "Covered Telecommunications Equipment or Services-
Representation." As a result of interim FAR Rule 2019-0009, published on 14 July 2020, and
effective on 13 August 2020, Section 889(a)(1)(B) Prohibition on Contracting with Entities Using
Certain Telecommunications and Video Surveillance Services or Equipment Clauses, these
provision and clauses are included within this solicitation in full text. When submitting a
response to this solicitation, FAR provision 52.204-24 and FAR clause 52.204-26 shall be
completed and included by the Offeror.
4.0 Important Information
Site Visit: A site visit is strongly recommended. The Government will not grant extra
compensation for difficulties arising from a contractor's failure to attend the site visit and
understand the full scope of the requirements.
4.1. Site Visit Requests: Site Visits are available upon request. Twenty-Four (24) hours
advance notification is required for any site visit requests. Site Visit requests shall be submitted
via email to the following:
Zygmunt V. Osiecki
DPW Director
Devens Reserve Forces Training Area
zygmunt.v.osiecki.civ@army.mil
(978) 615-6555
Contract Specialist:
Nelia Shyshak
Nelia.shyshak.civ@army.mil
Contracting Officer:
Edward Sherwood
edward.l.sherwood4.civ@army.mil
If the notification to attend the Site Visit is not provided 24 hours prior to the Site Visit date/time
the request may be denied. In no event shall failure to inspect the site constitute grounds for a
claim after contract award.
4.2. Questions: All questions regarding this RFQ shall be submitted in writing, via email, no
later than 9:00 PM Eastern Standard Time (EST) on 19 February 2026 to both Nelia Shyshak,
Contract Specialist, Nelia.shyshak.civ@army.mil and Edward Sherwood, Contracting Officer,
edward.l.sherwood4.civ@army.mil. The questions will be answered all at once and be posted
on SAM.gov once the question period has closed.
4.3. Inspection/Acceptance: Inspection and Acceptance will be performed by the Government
at Destination.
4.4. Responses to this RFQ are due no later than 2:00 PM EST on 20 February 2026. Quotes
shall be submitted in writing, signed, dated, and received via email to Contract Specialist, Nelia
Shyshak - nelia.shyshak.civ@army.mil and Contracting Officer, Edward Sherwood - edward.l.
sherwood4.civ@army.mil
Security Requirements: All contractor employees requiring access to the installation must
complete mandatory AT Level I, iWATCH, and OPSEC training within 30 days of the contract
award.
Work Hours: Standard work shall be performed between 0830 and 1600 (8:30 AM - 4:00 PM),
Monday through Friday, excluding federal holidays.
5.0 Basis for Award
In accordance with Federal Acquisition Regulation (FAR) 13.106, the Government intends to
award a single Firm-Fixed-Price contract to the responsible offeror who submits the lowestpriced,
technically acceptable quote.
(a) Evaluation Process:
A quote must be rated "Acceptable" for the Technical Capability factor to be considered for
award. The Government will then award to the responsible offeror with the lowest evaluated
price among all technically acceptable quotes.
(b) Evaluation Factors:
1. Technical Capability (Acceptable/Unacceptable): The quote must meet all minimum
requirements of the Scope of Work (SOW) to be rated "Acceptable." Quotes that fail to meet
any minimum requirement will be rated "Unacceptable" and will not be considered further.
2. Price: The Government will evaluate the price of all technically acceptable quotes. The total
evaluated price will be the sum of the base year and all option years.
(c) Price Reasonableness:
Pursuant to FAR 13.106-3, the price will be evaluated for reasonableness. The Government
may use various techniques to ensure a fair and reasonable price, including comparison of
quotes received and comparison to the Independent Government Estimate (IGE).
A final award decision will only be made upon a determination that the prospective contractor is
responsible in accordance with FAR Part 9.
6. Completing a Quote for Submittal:
a. The Offeror shall provide with their offer, the name, title, address, email address and
telephone number of the company/division point of contact regarding business decisions made
with respect to the proposal and who can contractually obligate the company.
b. The Offeror shall submit a price for all Contract Line Item Numbers (CUNs) for the base and
option periods. Each CUN shall include the Unit Price and Extend Price. The proposed price
shall include all personnel, supplies, services, management, overhead, other directs costs,
General & Administrative, and profit to fulfill the contractual requirements of the Scope of Work
(SOW).
i. Please enter the total proposed price below, if not included in your Quote:
Total Quote Amount:$__________
ii. Pricing for each CUN shall be submitted in the proper format. The proper format consists of
QUANTITY times (x) UNIT PRICE equals(=) AMOUNT/NET AMOUNT. In the event there is a
discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by
the QUANTITY. If the Offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a
UNIT PRICE, the AMOUNT/NET AMOUNT divided (/) by the QUANTITY will be held to be the
intended price.
iii. The proposed firm-fixed-price per gallon shall be all-inclusive for the fuel and its delivery.
The proposed unit prices must account for any potential market fluctuations in fuel cost for the
respective performance period.
iv. The proposed firm-fixed-price per service/maintenance CLINs be all-inclusive for the
completion of the service as described in the SOW, including all labor, travel, equipment, and
reporting.
v. The NTE amounts are ceilings established by the Government for evaluation and funding
purposes. The Government is only obligated to pay for services actually ordered by the
Contracting Officer or a Government Representative and rendered by the contractor.
vi. Materials: In accordance with the SOW, the contractor must obtain Government preapproval
for any single material cost exceeding $50.00. Approved material costs will be
reimbursed at actual cost with no markup.
c. The Offeror must include the following information in their proposal:
CAGE Code
Unique Entity ID (UEI)
Tax ID Number
d. The Offeror shall complete all "fill-ins" in provisions and clauses that apply and include with
submission response to this solicitation.
e. The Offeror shall submit with their proposal, their valid Certificate of Insurance, as prime
contractor, in accordance with FAR Clause 52.228-5, Insurance - Work on a Government
Installation. Coverage amounts shall comply with insurance requirements listed in FAR Subpart
28.307-2 as follows:
a) Workers' Compensation and Employer's Liability. Contractors are required to comply with
applicable Federal and State workers' compensation and occupational disease statutes. If
occupational diseases are not compensable under those statutes, they shall be covered under
the employer's liability section of the insurance policy, except when contract operations are so
commingled with a contractor's commercial operations that it would not be practical to require
this coverage. Employer's liability coverage of at least $100,000 shall be required, except in
States with exclusive or monopolistic funds that do not permit workers' compensation to be
written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense
Base Act.)
(b) General Liability.
(1) The contracting officer shall require bodily injury liability insurance coverage written on the
comprehensive form of policy of at least $500,000 per occurrence.
(2) Property damage liability insurance shall be required only in special circumstances as
determined by the agency.
(c) Automobile Liability. The contracting officer shall require automobile liability insurance
written on the comprehensive form of policy. The policy shall provide for bodily injury and
property damage liability covering the operation of all automobiles used in connection with
performing the contract. Policies covering automobiles operated in the United States shall
provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury
and $20,000 per occurrence for property damage. The amount of liability coverage on other
policies shall be commensurate with any legal requirements of the locality and sufficient to meet
normal and customary claims.
(d) Aircraft Public and Passenger Liability. When aircraft are used in connection with performing
the contract, the contracting officer shall require aircraft public and passenger liability
insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for
bodily injury, other than passenger liability, and $200,000 per occurrence for property damage.
Coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the
number of seats or passengers, whichever is greater.
(e) Vessel Liability. When contract performance involves use of vessels, the contracting officer
shall require, as determined by the agency, vessel collision liability and protection and
indemnity liability insurance.
f. All proposals shall remain valid for 120 calendar days.
g. Multiple offers will not be accepted.
*** END OF NARRATIVE 1 ***