Opportunity
SAM #N0060426IDIQ
Sources Sought: Liquid Petroleum Gas Supply and Maintenance at Joint Base Pearl Harbor-Hickam
Buyer
NAVSUP Fleet Logistics Center Pearl Harbor
Posted
April 22, 2026
Respond By
May 04, 2026
Identifier
N0060426IDIQ
NAICS
424720, 454310
NAVSUP Fleet Logistics Center Pearl Harbor is conducting market research for the delivery and support of Liquid Petroleum Gas (LPG) at Joint Base Pearl Harbor-Hickam, Hawaii. - Government Buyer: - Department of the Navy - Sub-agencies: Navy Region Hawaii, Naval Facilities Command Hawaii, Navy Supply Systems Command Fleet Logistics Center Pearl Harbor - Products/Services Requested: - Supply and uninterrupted delivery of Liquid Petroleum Gas (LPG), specifically propane HD-5 grade - Service and maintenance for 45 LPG tanks (33 contractor-owned, 12 government-owned) - Installation of LPG tanks and billable gas meters with remote-read capabilities - Maintenance, repair, and replacement of contractor-owned tanks, meters, and vaporizers - Monthly meter readings and gas usage reporting - Coordination for tank inspections, certifications, and repairs per Navy and federal standards - Base access and security compliance, including DBIDS credentials - Unique/Notable Requirements: - Contractor must provide both supply and maintenance for LPG tanks and metering equipment - Compliance with federal, state, and Navy safety and certification standards is mandatory - Remote-read metering and monthly usage reporting required - Contractor must coordinate with Navy inspection authorities for tank certifications - Base access requires Defense Biometric Identification System (DBIDS) credentials - OEMs/Vendors: - No specific OEMs or vendors are named in the notice - Place of Performance: - Joint Base Pearl Harbor-Hickam, Hawaii - Contracting office at NAVSUP FLT LOG CTR PEARL HARBOR
Description
SOURCES SOUGHT NOTICE
LIQUID PETROLEUM GAS (LPG)
NAVSUP Fleet Logistics Center Pearl Harbor, HI (FLCPH) is seeking sources for a contemplated contract for the delivery of Liquid Petroleum Gas (LPG).
The anticipated duration is a 6-month base period, four (4) one‐year option periods. Period of performance is anticipated to begin 01 October 2026.
This Sources Sought Notice is issued for informational and planning purposes only. This is NOT a Request for Proposal (RFP). This Notice is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this Notice. The Navy will NOT be responsible for any costs incurred by interested parties in responding to this Notice.
This Notice is an announcement seeking market information on businesses capable of providing the services as described herein. FLCPH is currently conducting market research to determine qualified, experienced, and interested potential sources capable of providing the services described within this Notice and the draft Statement of Work (SOW), which is provided as part of this Notice. The information requested by this Notice will be used within the Navy to facilitate decision making and will not be disclosed outside the agency. For purposes of this Notice, the North American Industry Classification System (NAICS) Code is 325120 – Industrial Gas Manufacturing, FSC 6830 – Gases: Compressed and Liquefied, and the small business size standard of 1,000 employees.
If your business has an interest in proposing on the requirements described above, please provide a Capability Statement to Liane Pekelo-Passmore at liane.m.pekelo-passmore.civ@us.navy.mil and Troy Wong at troy.r.wong2.civ@us.navy.mil; no later than 04 May 2026, 09:00 AM Hawaii Standard Time, e-mail subject line: LPG SOURCES SOUGHT: CAPABILITY STATEMENT
Capability Statements shall include the following:
The capabilities statement shall be company‐specific. Capability packages that include teaming partners, subcontractors, etc. are not solicited and will not be reviewed. The capabilities statement shall not exceed ten (10) pages (all inclusive with the exception of the title page, and table of contents). The capabilities statement shall be concise and focused to the required services and PWS. Incomplete statements will not be favorably reviewed. Sales brochures, videos, and other marketing information materials are not solicited and will not be reviewed. Cost or price information is not solicited and will not be reviewed. No phone and email inquiries related to the PWS will be accepted other than the formal submission of responses. All responses shall include: company name; company address; business size; CAGE code; DUNS, current Facility Clearance Level; NAICS codes; point‐of‐contact name, telephone number, and email address and indicate if actively registered on System for Award Management (SAM, formerly CCR).
THIS NOTICE IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. Although “proposal” and “offeror” are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal***