The "OFFER SUBMISSION PACKAGE (OSP) INTO-PLANE / PURCHASE PROGRAM" (Solicitation SPE607-25-R-0201) outlines requirements for fuel procurement (Jet A w/o FSII and Jet A w/FSII) with a performance period from October 1, 2025, to March 31, 2029. Offers are due by April 24, 2025, at 1:00 PM EST. Key submission components include Standard Form 1449 with signatures and company details, an Offeror Price Breakdown Sheet, a Certificate of Analysis/Quality for fuel specifications, a Commitment Letter, and an updated SAM account. Offerors must agree to all terms and conditions of the solicitation. The document specifies details for pricing, including market price references (PLATTS/OPIS), into-plane fees, and FSII prices. It also requires information on refinery/source, hours of operation, and authorized negotiators. This solicitation targets commercial item suppliers for into-plane fuel services for DLA Energy, with a NAICS code of 324110.
This document outlines instructions and clauses for offerors responding to a DLA Energy solicitation for aviation turbine fuel (Jet A and IP8) into-plane services. Key requirements include submitting a single CAGE code per Offer Submission Package, accurate pricing in U.S. Dollars per gallon to six decimal places, and active registration in SAM by the May 23, 2025 closing date. Proposals will be evaluated based on the lowest price technically acceptable (LPTA) process. Offerors must provide a Certificate of Analysis/Quality and, if applicable, a Commitment Letter from a Fixed-Based Operator. The contract is a requirements-based agreement with economic price adjustments tied to Platts publication escalators. Fuel must meet C16.08-3 TURBINE FUEL, AVIATION (JET A) (INTOPLANE) (DLA ENERGY AUG 2018) standards, and specific additive requirements for FSII, CI/LI, and SDA are detailed. The document also incorporates various FAR and DFARS clauses governing contract terms, conditions, and representations.
The provided document is a commitment letter template for a refueler to act as an Into-Plane agent for a prime contractor. This letter confirms the refueler's support for a contract under solicitation SPE607-24-R-0200 with the Defense Logistics Agency Energy, covering the period from October 1, 2024, to September 30, 2028. The refueler commits to providing refueling services to DLA Energy and Department of Defense customers at specified locations, for particular fuel types and quantities. The document also states the refueler's understanding that DLA Energy Quality may contact them for a Pre-Award Survey at each designated location. This template outlines the essential details required for a refueler to formally pledge its support and services in a federal government contract related to fuel supply.
MIL-STD-1548H w/ CHANGE 1 outlines two standard practices for into-plane fueling at commercial airports for Department of Defense (DoD) aircraft. This standard, approved for all DoD departments and agencies, supersedes the 2014 version. It classifies fueling into Type I (ATA Specification 103) and Type II (JIG 1) and details general and specific requirements for each, including fuel specifications, safety protocols, and equipment standards. Key aspects address defueled product quality, electrostatic bonding, and filtration equipment, with specific mandates for grounding plugs and clamps. The document also includes additive injection procedures unique to military fuels to prevent icing and manage static charges, and lists laboratories for quality assurance. The purpose is to ensure DoD aircraft receive specification-compliant fuel at commercial facilities under contract.
This document is Amendment 0002 to Solicitation SPE607-25-R-0201, issued by DLA Energy, which extends the closing date for offers to November 18, 2025, at 1:00 PM Fort Belvoir, VA Eastern Standard Time. The amendment adds new locations and reopens CLIN 0113 for the procurement of Turbine Fuel, Aviation, Jet A (JAA/IAA, 2.3E). Specifically, it introduces CLINs 0126 (KPVG - Hampton Roads Executive Airport, VA), 0125 (KMYR – Myrtle Beach International Airport, SC), 0124 (KVUJ – Stanly County Airport, NC), and reopens 0113 (KLCQ – Lake City Gateway Airport, FL). Each new line item specifies a quantity of 50,000 units (UG6) with a performance period from December 1, 2025, to March 31, 2029, and includes details on the escalator, base reference price, NSN, delivery identification, state, delivery address, service codes, and acceptable modes of delivery. The amendment also outlines quality technical provisions, referencing various ENERGY-QAP standards and ASTM D1655.