Skip to content
Department of Defense

Propane Delivery Blanket Purchase Agreement - Edwards AFB

Solicitation: FA930126Q0009
Notice ID: 5b975f874c6b40eb846751067299e69c

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Mar 17, 2026. Industry: NAICS 221210 • PSC 6830.

Market snapshot

Awarded-market signal for NAICS 221210 (last 12 months), benchmarked to sector 22.

12-month awarded value
$243,167
Sector total $2,068,356 • Share 11.8%
Live
Median
$111,000
P10–P90
$63,800$158,200
Volatility
Volatile85%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
11.8%
share
Momentum (last 3 vs prior 3 buckets)
+100%($243,167)
Deal sizing
$111,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CA
Live POP
Place of performance
Edwards, California • 93524 United States
State: CA
Contracting office
Edwards Afb, CA • 93524-1185 USA

Point of Contact

Name
Suzanna Kussman
Email
suzanna.kussman@us.af.mil
Phone
Not available
Name
Elsa N Ortiz Aguilar
Email
elsa.ortiz_aguilar@us.af.mil
Phone
6612779554

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE TEST CENTER • FA9301 AFTC PZIO
Contracting Office Address
Edwards Afb, CA
93524-1185 USA

More in NAICS 221210

Description

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.2, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Simplified Procedures (FAR 12.201-1) will be used for this requirement. Hereafter, this notice shall be titled "Solicitation."

(ii) Solicitation Number: FA930126Q0009. This solicitation is issued as a Request for Quote.

(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2026-05 and DPN 20251110

(iv) This is proceeding as a 100% Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this project is 221210 – Natural Gas Distribution with a size standard of 1,150 employees.

(v) Structure: The solicitation and requirement is for a Blanket Purchase Agreement which has no Contract Line Item (CLIN) structure and uses an annually updated Approved Price List (Template for Submission Attached). This will be awarded as an unfunded agreement to be charged against upon placement of authorized calls.

(vi) Acquisition Vehicle: The anticipated acquisition type is Blanket Purchase Agreement (BPA). It is anticipated that multiple awards will be issued.

(vii) Description of items to be acquired: BPA for the acquisition of Liquefied Petroleum Gas (Propane) for replenishment and minimal supplemental repairs of storage tanks located throughout Edwards AFB (EAFB), Air Force Research Laboratory (AFRL), Air Force Plant 42 (AFP42). Please review full BPA language and description found within the attached SF 1449 and submit a signed copy of the SF 1449 with your submission to confirm compliance with all terms.

(viii) Location of requirement: Edwards AFB, CA 93524 and Palmdale, CA 93550

(ix) As a result of new policy beginning 10 November 2025, we would like to inform you of your responsibility to comply with the DoD's CMMC 2.0 framework at Level 1. CMMC is the DoD's program to verify that all contractors have implemented the required cybersecurity standards to protect Federal Contract Information (FCI). FCI is information, not intended for public release, that is provided by or generated for the Government under a contract to develop or deliver a product or service. Your organization's CMMC status will be verified to be active and accurate in the Supplier Performance Risk System (SPRS) module of PIEE. For assistance, please review Attachment 3: PIEE CMMC Level 1 Help Guide.

(x) Applicable FAR, DFARS, and DAFFARS provisions and clauses are posted within the with the Solicitation Model Agreement. FAR 52.204-7, System for Award Management—Registration, and DFARS 252.204-7998, Alternate A, Annual Representations and Certifications, apply to this acquisition and require contractors to have current, complete, and accurate representations and certifications submitted within SAM.gov

INTERESTED CONTRACTORS CAN ACCESS THE FAR OVERHAUL CLAUSES BY INTERNET URL: acquisition.gov. TO REGISTER WITH SYSTEM FOR AWARD MANAGEMENT (SAM), GO TO URL: https://www.Sam.gov/.

(xi) The provision at 52.212-1 "Instructions to Offerors -- Commercial" applies to this acquisition.

(a) Addendum to the provision at FAR 52.212-1 "Instructions to Offerors -- Commercial":

1. Offerors shall fill in the Unit Price in the attached Approved Price List and submit together with a signed copy of the SF 1449.

2. Please keep in mind this requirement covers Air Force Research Lab (AFRL) located within Edwards AFB and Plant 42 in California about 31-45 miles away from Palmdale.

(End of Addendum)

(xii) The provision at FAR 52.212-2 "Evaluation -- Commercial Items" applies to this acquisition. (a) Addendum to the provision at FAR 52.212-2 "Evaluation -- Commercial Items": The Government anticipates a multiple award a Blanket Purchase Agreement resulting from this solicitation to the responsible offeror(s) whose offer(s) conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: 1) Price, 2) Technical Acceptability, and 3) Past Performance.

(b) BASIS FOR AWARD: This simplified acquisition is being issued on a Best Value basis. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 "Instructions to Offerors" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the Model Agreement, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows:

Price Evaluation. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the responses beginning with the lowest-priced quotation.

Technical Requirement. Next, the Government will evaluate whether the submission is ‘Acceptable’ or ‘Unacceptable’ based on the ability to fulfill and comply with all technical requirements as outlined in the BPA Terms and Conditions provided in the Model Agreement and compliance with all instructions found within this solicitation.

Past Performance: Provide at least 1 and no more than 3 past performance records that are recent (within 5 years), and relevant to demonstrate the ability to perform the proposed effort. The Government reserves the right to seek information on higher priced offerors if none of the lower priced responses allow for substantial confidence based on provided and independently obtained past performance information.

(c) Government Discretion Regarding Interchanges: The Government intends to award this agreement without Interchanges with respective vendors in accordance with FAR 52.212-1, Instruction to Offerors – Competitive Acquisitions. The Government, however, reserves the right to conduct Interchanges if deemed in its best interest. Interchanges may take place regarding any portion of the submission. The Government may conduct Interchanges with one, some, none or all vendors at its discretion. Interchanges do not require a distinction between whether the Interchange results in a change to a quotation or only clarifies an administrative matter or quotation mistake. The Government has discretion to evaluate all quote submissions before inciting Interchanges with vendors (through Interchange Notices or “INs”), and vendors do not have to be offered an opportunity to revise their quotation through a Final Quotation Revision (FQR). If, during the evaluation period, the Simplified Acquisition Team determines it to be in the best interest of the Government to hold Interchanges, vendor responses to INs and the FQR (if requested by the Government) will be considered in making the award decision. Note that in accordance with FAR Part 12, vendors do not have to be offered an opportunity to revise their quotation through a formal FQR. If the vendor’s quotation has been evaluated as acceptable at the time Interchanges are closed, any changes or exceptions in the FQR are subject to evaluation and may introduce risk that the vendor’s quotation be determined unacceptable and ineligible for award.

(End of Addendum)

(xiii) Defense Priorities and Allocation System (DPAS): N/A

(xiv) Response Submission Information: All questions or comments must be sent no later than 5 March 2026 at 3:00 p.m. PST. All responses are due by 17 March 2026 at 11:00 a.m. PST via electronic mail to Suzanna Kussman at suzanna.kussman@us.af.mil and Elsa Ortiz Aguilar at elsa.ortiz_aguilar@us.af.mil.

Attachments:

  1. Solicitation Model Agreement
  2. Template for Contractors - Price List 
  3. PIEE CMMC Level 1 Help Guide

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.