SOURCES SOUGHT
S -- IDIQ CONTRACT LIQUEFIED PETROLEUM (LP) GAS UTILITIES
- Notice Date
- 2/13/2026 1:25:01 PM
- Notice Type
- Sources Sought
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- W6QM MICC-FT STEWART FORT STEWART GA 31314-3324 USA
- ZIP Code
- 31314-3324
- Solicitation Number
- W9124M-26-S-A001
- Response Due
- 2/24/2026 1:30:00 PM
- Archive Date
- 03/11/2026
- Point of Contact
- Lloyd S. Morrall, Phone: 5718013841, Maria Swinton, Phone: 5018013848
- E-Mail Address
-
lloyd.s.morrall.civ@army.mil, maria.c.swinton.civ@mail.mil
(lloyd.s.morrall.civ@army.mil, maria.c.swinton.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT SYNOPSIS IDIQ CONTRACT LIQUEFIED PETROLEUM (LP) GAS UTILITIES NOTICE ID W9124M-26-S-A001 INTRODUCTION THIS IS A Sources Sought Notice ONLY. The U.S. Government, Mission and Installation Contracting Command (MICC), Fort Stewart, GA is issuing this Sources Sought, as a means of conducting market research to identify vendors that can provide all labor, supervision, management, materials, tools, and equipment necessary for the performance of Indefinite Delivery/Indefinite Quantity (IDIQ) Contract Liquefied Petroleum (LP) GAS Utilities in accordance with Performance Work Statement at Fort Stewart (Hinesville), Georgia, and Hunter Army Airfield (Savannah), Georgia. The requirement is for an IDIQ Contract Liquefied Petroleum (LP) GAS Utilities on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all Small Businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned (SDVOSB), and Women-Owned Small Business (WOSB), to identify their capabilities in meeting the requirement at a fair market price. The result of this market research will contribute to determining the method of procurement, if a requirement materializes DISCLAIMER This sources sought notice is for information, and planning purposes only. This notice does not constitute a Request for Proposal (RFP), Request for Quote (RFQ), or Invitation for Bid (IFB) to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for the preparation of responses to this announcement. Any information submitted by respondents is strictly voluntary and will not be returned. Not responding to this notice does not preclude participation in any future Request for Proposal (RFP), Request for Quote (RFQ), or Invitation for Bid (IFB) if any issued. If a solicitation is released, it will be synopsized on the Government Wide Point of entry (GPE) (SAM.GOV.) It is the responsibility of potential offerors to monitor the Government Wide Point of Entry for additional information pertaining to this requirement. PROGRAM BACKGROUND The U.S. Government, Mission and Installation Contracting Command (MICC), Fort Stewart, GA is designated as the Government Contracting Office to issue this Sources Sought notice for an IDIQ Contract Liquefied Petroleum (LP) GAS Utilities Service. This is not a request for technical or cost/price, or a RFP, RFQ, or IFB. The Sources Sought notice is intended solely for information and planning purposes. The government is not committed/obligated to entering into a contract for any supply or service. REQUIRED CAPABILITIES The Contractor shall provide all supervision, labor, personnel, equipment, materials, supplies, transportation, tools, with the exception of Government Furnished Property (GFP), to perform full operation of the IDIQ Contract Liquefied Petroleum (LP) GAS Utilities Service. Further details are provided in the draft Performance Work Statement attached to this announcement. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. PERIOD OF PERFORMANCE The period of performance shall be for a one (1) Base Year period of 12 months and two (2) 12-month option periods, with a Guaranteed Minimum: $25,000 for the base year. The solicitation will provide specific details regarding the number of option periods, and Guaranteed Minimum for the base year. SPECIAL REQUIREMENTS All Special requirements Information is provided in the draft Performance Work Statement (PWS) attached to this announcement. Personnel and Facility Security Clearances. Security Requirements: The following information is provided on security related matters. - The Contractor shall be responsible for ensuring all personnel performing work under this contract adheres with all commercial industry standards. - Contractor personnel performing work under this contract shall be able to communicate efficiently to carry out all contract requirements. Installation Access: Access to U.S. installations, buildings and controlled areas is limited to personnel who meet security criteria and are authorized. Installation Pass Log: In addition, the Contractor shall provide the Contracting Officer, via the COR, an Initial Installation Pass Log within three (3) calendar days after contract award. The log must at a minimum contain the following information: Name and role. The log shall be updated as employees are added or removed. The Updated Installation Pass Log shall be current and available at any time upon request by the Government and submitted to the COR within five (5) days of any changes to the log. DD Form 254 Contract Security Classification Specification shall apply to this requirement, and the prime contractor shall have or demonstrate ability to obtain Facility Clearance: Berry Amendment: Service Contract Act: Government Furnished Property plan: ELIGIBILITY The applicable NAICS Code for this requirement is 324110 - Petroleum Refineries, with Small Business Size Standard of 1,500 employees. The Product Service Code is S204 - Housekeeping - Fueling and Other Petroleum Services. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT) MICC Fort Steward GA Contracting Office will not hold a Site Visit. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) is attached. Interested parties are requested to submit a Capability Statement of no more than Five (5) pages in length in Times New Roman font, of not less than 10 pitch, using Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is no later than 16:30 am EST 24, February 2026. All response to this Sources Sought Notice, including any capabilities statement, shall be electronically submitted to Contract Specialist at email: lloyd.s.morrall.civ@army.mil. SOURCES SOUGHT � QUESTIONNAIRE 1) If your Business has the potential capacity to perform these contract services, please provide the following information: BUSINESS NAME: POC NAME/TITLE: MAILING ADDRESS: PHONE/FAX NUMBER: UNIQUE ENTITY ID (UEI) CAGE CODE/ DUNS NUMBER: E-MAIL ADDRESS: WEB ADDRESS: NUMBER OF YEARS IN BUSINESS: STATEMENT REGARDING SMALL BUSINESS STATUS: For NAICS: 324110 - Petroleum Refineries, include your small business type(s)/certifications(s): 8(a) Business Development Program, Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Women-Owned Small Business (WOSB) sector, Large Business, Service-Disabled Veteran-Owned (SDVOSB), Small Business, If none of the Above apply, please explain and or List your Business NAICS if it is not appropriate, please explain why: * Small business status claims, information must be active and verifiable in SAM.gov. 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting, joint ventures or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Identify the size of your permanent staff. Identify potential challenges you may face and the plan to overcome the challenges. Provide a summary of your experience, within the past five (5) years, that supports the same or similar requirements described in Performance Work Statement (PWS), (size, scope, complexity) for a U.S. government agency, state, local, or public/private sector. List two (2) Contract Numbers, size, and scope/complexity as a prime contractor or Subcontractor 3) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasks described in this PWS for the base period as well as the option periods. 4) Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5) Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott D. Kukes, at scott.d.kukes.civ@army.mil, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.GOV notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6) Provide Recommendations to improve the approach/specifications/draft PWS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/10cd1f0f079744daa0b7a658b724b67a/view)
- Place of Performance
- Address: Fort Stewart, GA 31314, USA
- Zip Code: 31314
- Country: USA
- Zip Code: 31314
- Record
- SN07716168-F 20260215/260213230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |