Skip to content
Department of Defense

Liquid Propane/Diesel Fuel

Solicitation: FA875126QFUEL
Notice ID: f0f2800bc34b42e98e6eab3224dabc14

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Feb 23, 2026. Industry: NAICS 457210 • PSC 9140.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$964,691,384
Sector total $964,691,384 • Share 100.0%
Live
Median
$107,325
P10–P90
$28,414$4,168,590
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($964,691,384)
Deal sizing
$107,325 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 NY
Live POP
Place of performance
New York • 13441 United States
State: NY
Contracting office
Rome, NY • 13441-4514 USA

Point of Contact

Name
Jason Canarelli
Email
Jason.Canarelli@us.af.mil
Phone
315-330-4719

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE RESEARCH LABORATORY • FA8751 AFRL RIKO
Contracting Office Address
Rome, NY
13441-4514 USA

More in NAICS 457210

Description

*** 18 FEBRUARY 2026 - PWS HAS BEEN UPDATED TO ACCURATELY REFLECT THE ESTIMATED QUANTITY OF PROPANE LISTED IN THE SOLICITATION.  ADDITIONALLY, ATTACHMENT 2 HAS BEEN CONVERTED TO PDF DUE TO SOME ISSUES VIEWING IT.  ***

------------------------------------------------------------

This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued.  Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. 

Solicitation FA875126QFUEL is issued as a request for quotation (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20250117.

Federal Acquisition Supply Chain Act (FASCSA) Orders: As of the date of this solicitation, there are no applicable FASCSA orders.

This procurement is being issued as a total Small Business Set-Aside under NAICS code 457210 and small business size standard of 100 employees.

The contractor shall provide the following items on a firm fixed price basis in accordance with the Performance Work Statement dated 25 November 2025 (Attachment No. 1): 

DF1-Diesel Fuel; qty. 1,600 Gallons (Est.)

Liquid Propane; qty. 24,000 Gallons (Est.)

The anticipated Period of Performance is 1 March 2026 – 28 February 2027. The place of delivery, acceptance and FOB destination points are Rome, NY 13441; Stockbridge, NY 13409 and Newport, NY 13416.

The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023), applies to this acquisition. 

Addendum to the following paragraphs of 52.212-1 are:

(b) Written quotes are due at or before 3:00PM, (Eastern Time) 23 February 2026.  Submit by email to jason.canarelli@us.af.mil. Offerors are encouraged to submit their proposals/quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services.

(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received.

The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:

(i) technical capability of the item offered to meet the Government requirement

(ii) price

All evaluation factors other than price, when combined, are approximately equal to price.

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004) (MAR 2025) as well as the following:

52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)

For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2) 

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2023), applies to this acquisition.

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (DEVIATION 2025-O0003 and 2025-O0004)(MAR 2025) applies to this acquisition.

The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).

52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91).

52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment . (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).

52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023). 

52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).

52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)).

The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020), (Pub. L. 109-282) (31 U.S.C. 6101 note).

52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328.

52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025), (31 U.S.C. 6101 note).

52.219-6, Notice of Total Small Business Aside (15 U.S.C. 644) (NOV 2020).

52.219-28, Post Award Small Business Program Representation (JAN 2025)(15 U.S.C. 632(a)(2).

52.222-3, Convict Labor (Jun 2003) (E.O. 11755).

52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2025) (E.O. 13126).

52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) (29 U.S.C. 793).

52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).

52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021).

52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) ( E.O. 13513).

52.232-33, Payment By Electronic Funds Transfer—System For Award Management (Oct 2018) (31 U.S.C. 3332).

The following additional FAR and FAR Supplement provisions and clauses also apply:

52.204-7 System for Award Management (NOV 2024).

52.204-16, Commercial and Government Entity Code Reporting (AUG 2020).

52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020).

52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021).

52.204-22, Alternative Line-Item Proposal (Jan 2017)

52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024)

52.252-1 Solicitation Provisions Incorporate by Reference (FEB 1998).

52.252-2 Clauses Incorporated by Reference (FEB 1998).

252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181).

252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (DEC 2022).

252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022).

252.204-7003 Control of Government Personnel Work Product (APR 1992).

252.204-7004 DoD Antiterrorism Awareness Training for Contractors (JAN 2023)

252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023).

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2023).

252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023).

252.225-7048 Export-Controlled Items (JUN 2013)

252.225-7055, Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022)

252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023)

252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region–Representation.(JUN 2023)

252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region.(JUN 2023)

252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (AUG 2024) (DEVIATION 2024-O0014).

252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (AUG 2024) (DEVIATION 2024-O0014).

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) (10 U.S.C. 2227).

252.232-7006, Wide Area Workflow Payment Instructions (JAN 2023).

252.232-7010, Levies on Contract Payments (DEC 2006).

252.244-7000, Subcontracts for Commercial Products and Commercial Services (NOV 2023).

252.247-7023, Transportation of Supplies by Sea – Basic (OCT 2024) (10 U.S.C. 2631(a)).

5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation.  The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Technical Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: afrl.pk.workflow@us.af.mil

5352.223-9001, Health and Safety on Government Installations (JUL 2023).

All responsible organizations may submit a proposal, which shall be considered.

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.