This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in
Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included
within this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a written
solicitation will not be issued.
The solicitation document and incorporated provisions and clauses are those in effect through Federal
Acquisition Circular FAC 2025-04, and Defense Federal Regulation Supplement (DFARS), current to DPN
20250718. Offerors that fail to furnish required representation or technical information as required by FAR
provisions 52.212-1 or reject the terms and conditions of this solicitation shall be excluded from consideration.
It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be
accessed in full text at www.acquisition.gov
This solicitation is being issued as under Solicitation Number W9124R-26-Q-A001 which will result in a singleaward,
firm fixed price contract. This action is being solicited as 100% small business set aside. The North
American Industry Classification System (NAICS) code is 325120- Industrial Gas Manufacturing with a size
standard of 1,200 employees. Quotes will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis
and tradeoffs are not permitted. Award will be made on an all or none basis. An offeror must quote on all items
in this solicitation to be eligible for award. Clause 52.212-2 applies to this acquisition and has been included.
The following factors shall be used to evaluate offers: Technically Capable will be evaluated as Acceptable or
Unacceptable. Technically capable and consists of Element 1 - Contractor shall possess a valid Commercial
Drivers License with (X) endorsement which is a combined endorsement consisting of Hazardous Material (H)
and Tank (N). Award will be made to the lowest priced technically acceptable offer. Additional information can
be found within the clause.
The United States Army Yuma Proving Ground (USAYPG), DPW Operations and Maintenance Branch, Yuma,
Arizona is requesting quotes for a supply and delivery of propane that will be delivered to USAYPG and filled
in Government owned tanks on bi-weekly basis per attached specifications, period of performance is for a one
year base period with four (4) one-year option periods. Offerors must provide a Unit Price and Total Extended
Price (Net Amount) for all CLINs. Payment will be made by Government Wide Area Work Flow (WAWF).
All quotes shall include transportation costs to United States Army Yuma Proving Ground (USAYPG) Yuma,
Arizona 85365-9498 and be clearly marked with solicitation number W9124R-26-Q-A001 and emailed to the
Point of Contact (POC) listed below. Arizona vendors are to include Arizona Privilege Tax. Shipping, taxes (if
applicable), or any other applicable costs shall be incorporated into your proposed price. Payment will be made
through Wide Area Work Flow (WAWF). Delivery shall be made to USAYPG, AZ 85365-9498 with FOB
Destination. All responding vendors must be actively registered with System for Award Management (SAM)
prior to award of contract. Information to register in SAM can be found at https://www.sam.gov/portal/public
/SAM.
This CSS closes on 15 September 2025 at 12:00 PM Mountain Standard Time (MST). Responses to the CSS
shall be submitted by the closing date and time. Reference W9124R-26-Q-A001 on all inquiries.
Attachments:
Attachment 1 - Scope of Work
Attachment 2 - Tank Location
Attachment 3 - CLINs Provisions and Clauses