Government Owned Contractor Operated Fuel Services at DFSP Norfolk, VA
ID: SPE603-24-R-0506Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGYFORT BELVOIR, VA, 22060, USA

NAICS

Other Warehousing and Storage (493190)

PSC

OPERATION OF FUEL SUPPLY FACILITIES (M1NA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for Government Owned Contractor Operated (GOCO) Fuel Services at the Defense Fuel Support Point (DFSP) in Norfolk, Virginia. The contract encompasses non-personal services for the management, operation, maintenance, and quality assurance of fuel supply facilities, including responsibilities for fuel storage, distribution, and environmental protection at various military locations. This procurement is critical for ensuring reliable fuel operations that support military readiness and logistics, with a contract period extending from April 1, 2025, to March 31, 2029, and options for extension up to September 30, 2034. Interested contractors must submit proposals by September 16, 2024, and can contact Morishita Armstead at morishita.armstead@DLA.MIL or Jamika Forde at jamika.forde@DLA.MIL for further information.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) under Solicitation SPE603-24-R-0506 outlines requirements for Aircraft and Ground Fuel Services at the Defense Fuel Support Point (DFSP) Norfolk, Virginia. It details the contractor's responsibilities, including operation, maintenance, quality assurance, inventory control, safety, and environmental protection for facilities at Craney Island, Sewell’s Point, Chambers Field, and Joint Expeditionary Base Little Creek-Fort Story. The document specifies the need for comprehensive contractor plans addressing operations, staffing, maintenance, and environmental protections, to be submitted for review before contract commencement. Key personnel must meet stringent qualifications, and contracts require clear communication with the Contracting Officer for any adjustments in scope. A robust training program and compliance monitoring via Quality Assurance Surveillance Plan will ensure ongoing adherence to standards. The PWS emphasizes the need for contractors to maintain flexibility in staffing to meet operational demands and be prepared for unexpected workloads. The structured approach aims to ensure effective fuel operations while adhering to DoD, federal, and local regulations, thus demonstrating the government's commitment to operational efficiency and environmental stewardship.
    The document outlines the Past Performance Questionnaire (PPQ) for contractors working with the Defense Fuel Support Point (DFSP) in Norfolk, VA, related to Request for Proposals (RFP) SPE603-24-R-0506. It provides a structured format for evaluating a contractor's past performance in various areas such as quality of service, schedule adherence, cost control, management of key personnel, compliance with small business goals, regulatory compliance, and business relationships. Each section requires specific details about the contractor’s performance, supported by narrative comments to allow qualitative assessments. The ratings range from Exceptional to Unsatisfactory. The document emphasizes the importance of accurate and cooperative responses to inform future federal contracting decisions, safeguarding all submissions against unauthorized disclosure. The questionnaire aims to gather comprehensive, critical feedback from clients for effective evaluation of contractor performance, which is essential in the context of ongoing government procurement processes.
    The document outlines the Past Performance Questionnaire (PPQ) references for the Defense Fuel Support Point (DFSP) procurement opportunity, under solicitation SPE603-24-R-0506 in Norfolk, VA. It serves as a structured format for providing critical information regarding past performance in government contracting. Each reference section requires details such as contact names, contract numbers, periods of performance, places of performance, and contract values. References are categorized into three main groups: contacts from the PPQ, from DLA Energy, and from industry. The collection of this information is essential for the evaluation of bidders’ previous experience and reliability, thereby assisting in the decision-making process for federal contracts. The approach underscores the importance of past performance in assessing contractor qualifications in the context of government requests for proposals (RFPs) and grants.
    The Consent Letter from the Defense Logistics Agency (DLA) Energy outlines the requirements for joint venture partners, subcontractors, or teaming partners to authorize the release of their present and past performance information to the prime contractor during the bidding process for government contracts. It emphasizes the necessity of obtaining consent before any disclosure occurs, as the government cannot share this information with a private party like the prime contractor without appropriate authorization. The letter serves as a template for partners to formally agree to such disclosures, indicating their understanding of the importance of past performance evaluations in securing federal contracts, specifically for the operation and maintenance of fuel facilities. The document stresses a collaborative approach and the significance of transparency in the contract award process, highlighting the government's focus on evaluating performance history to determine the best value during source selections.
    The document is a Wage Determination for the Defense Fuel Support Point (DFSP) in Norfolk, Virginia, under the Service Contract Act. It outlines the minimum wage requirements for various occupations related to contracts awarded, ensuring compliance with Executive Orders 14026 and 13658, setting minimum wages of $17.20 and $12.90 per hour respectively, depending on the contract’s award date. The wage determination includes detailed classifications of occupations, their respective codes, and wage rates, as well as fringe benefits entitlements. Specific note is made of annual adjustments to these rates and the obligations for paid sick leave under EO 13706, ensuring workers receive appropriate health and wellness benefits. The document specifies requirements for uniforms and additional compensation for hazardous work, underscoring the commitment to worker protection. The outlined provisions serve as essential guidelines for contractors participating in federal contracts, emphasizing compliance with labor standards and protection of employee rights within government-funded projects.
    The document appears to be an inaccessible PDF that does not provide any content for analysis or summarization. As such, it is impossible to identify the main topic, key ideas, or supporting details essential for creating a coherent summary. The intended file seems to relate to federal government RFPs, grants, or local RFPs, yet no specific information is available to capture the essence of its contents. Thus, a summary cannot be accurately constructed based on the current available material. Efforts should be made to access the document's readable version for further assistance.
    The Quality Assurance Surveillance Plan (QASP) for DLA-Energy contracted fuels operations at Navy locations outlines procedures to evaluate contractor performance against established standards. It specifies roles and responsibilities among government and contractor personnel, emphasizing the role of the Contracting Officer's Representative (COR) in continuous monitoring and documentation. The QASP includes performance evaluation methods, categorizing nonconformance into critical, major, and minor discrepancies to ensure effective oversight and mission support. Monthly assessments and annual Contractor Performance Assessment Ratings (CPARs) are outlined to facilitate objective performance evaluations. The document is structured in sections detailing the purpose, authority, roles, responsibilities, and performance monitoring mechanisms, supported by appendices for specific records and reporting forms. The QASP promotes open communication while allowing flexibility for adjustments based on contractor performance, underscoring the government's commitment to safeguarding its interests and ensuring the contractor meets necessary operational standards.
    The DLA Energy Quality Assurance Provision (QAPS) document outlines the quality control guidelines and expectations for operations at the Defense Fuel Support Point (DFSP) in Norfolk, Virginia. It serves as a regulatory framework to ensure that fuel supply processes meet established quality standards and comply with federal regulations. The document includes specific criteria for product inspection, testing methodologies, and reporting protocols that contractors must adhere to during fuel handling operations. It emphasizes the importance of both preventive and corrective actions to mitigate risks associated with fuel supply, storage, and distribution. Additionally, the QAPS specifies roles and responsibilities for personnel involved in quality assurance tasks, detailing the procedures necessary for handling non-conformance issues and product discrepancies. The intent of the QAPS is to guarantee reliability and safety in fuel management practices while upholding environmental compliance and operational efficiency. This document is essential for contractors and stakeholders in maintaining high-quality standards in support of military operations and ensuring regulatory adherence in fuel services.
    The pre-proposal conference for the Department of Defense Logistics Agency (DLA) Energy's Bulk Petroleum Supply Chain Services (RFP SPE603-24-R-0506) is scheduled for August 21-22, 2024, at DFSP Norfolk, VA. The conference will cover the roles of key personnel, including the Contracting Officer, Contract Specialist, Program Manager, and Contracting Officer Representative. The solicitation seeks non-personal services for Government-Owned, Contractor-Operated (GOCO) Fuel Storage Services, available through full and open competition with a firm fixed-price contract for a base period of four years, extending to a total of 9.5 years if options are exercised. Proposals must be emailed by September 16, 2024, by 3:00 p.m. local Fort Belvoir time, following specific volume requirements and submission instructions set forth in the solicitation. Key evaluation factors include technical management, past performance, and pricing. The proposal process mandates clear communication protocols, with questions due by August 29, 2024. This RFP aims to enhance logistics support for military operations, emphasizing the need for a competitive and transparent bidding process that adheres to federal regulations.
    The document under review pertains to various federal and state Requests for Proposals (RFPs) and grants aimed at funding projects related to public infrastructure, health, and safety. It outlines the requirements for submitting proposals, including eligibility criteria, funding amounts, and reporting obligations. The aim is to solicit proposals that advance local and federal initiatives, emphasizing the need for innovation, compliance with regulatory standards, and demonstrated impact on communities. Additionally, the document discusses topics such as environmental sustainability and economic development, emphasizing the importance of partnerships between governmental and private entities. Through this process, the government seeks to promote accountability and transparency in how federal and state funds are utilized, fostering projects that align with public needs and priorities while ensuring responsible management of taxpayer resources.
    The document appears to be a pre-proposal list for various stakeholders engaged with the federal government or military-related contracts, particularly concerning energy and support services at locations like Craney Island. It includes names, titles, and organizations of key personnel from various companies, such as Pegasus Support Services and LB&B Associates. The primary focus of this compilation is to identify and organize the participants involved in the bidding process for government contracts, likely related to energy management or logistical support. This roster indicates a collaborative environment among contractors, emphasizing the importance of multi-organizational partnerships. These proposals are crucial for federal RFPs (Requests for Proposals) and grants, ensuring that skilled entities can present their capabilities to support governmental operations. The tone is professional, reflecting the formalities of government contracting, while underlining a network of experts in relevant fields poised to address specific operational needs. Thus, it serves as a critical reference point for understanding stakeholder engagement within government contract frameworks.
    The document primarily outlines a collection of federal and state/local Requests for Proposals (RFPs) and grants that focus on improving government efficiency and public service delivery. Key themes include the allocation of federal funds for various initiatives, the detailed processes for application submissions, and criteria for evaluating proposals. The RFPs cover multiple sectors, including infrastructure, environmental assessment, and healthcare upgrades, each tailored to address specific community needs and compliance with regulations. Supporting details emphasize the importance of project management, adherence to safety protocols, and the necessity for thorough documentation during proposal evaluations. The document underscores the urgency of projects intended to enhance infrastructure and the environment, reflecting government priorities aimed at modernization and community well-being. Overall, this compilation serves as a critical resource for organizations seeking to engage with government contracting opportunities, providing essential guidance on responding to various funding solicitations and project requirements.
    Similar Opportunities
    DLA Energy - Bulk Petroleum Products Inland/East/Gulf Coast/Offshore (IEG) Program
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of bulk petroleum products under the Inland/East/Gulf Coast/Offshore (IEG) Purchase Program, with solicitation number SPE602-24-R-0709. This procurement aims to secure various types of aviation and naval distillate fuels, with total estimated quantities including 8,015,000 gallons of JP8, 787,054,800 gallons of JAA, 203,153,600 gallons of JP5, and 130,739,400 gallons of F76, to be delivered from April 1, 2025, through March 31, 2026. The fuels are critical for military operations and logistics, ensuring that the Department of Defense maintains operational readiness across multiple regions. Interested small businesses must submit their proposals by October 4, 2024, and can direct inquiries to Amanda Webster at amanda.webster@dla.mil or Joseph Yacovone at Joseph.Yacovone@dla.mil for further assistance.
    CONTRACTOR-OWNED, CONTRACTOR OPERATED (COCO) RETAIL FUEL SERVICES IN ALTUS AFB, OKLAHOMA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for Contractor Owned Contractor Operated (COCO) retail fuel services at Altus Air Force Base in Oklahoma. The procurement aims to establish a comprehensive fuel operation that includes the receipt, storage, and dispensing of commercial-grade gasoline and diesel fuel, ensuring compliance with safety, environmental, and quality standards. This initiative is critical for maintaining efficient fuel operations that support military readiness and operational integrity. Interested contractors must submit their proposals by September 19, 2024, with inquiries directed to Candice Ekwoge at Candice.Ekwoge@dla.mil or Dominique Vest at Dominique.1.Vest@dla.mil.
    FUEL DELIVERY SYSTEM (FDS) OR FDS ON CHARTER/COMMERCIAL TANKER
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking information from companies regarding a potential contract for a Fuel Delivery System (FDS) to support replenishment operations for U.S. Navy combatants. The MSC aims to identify commercial tanker operators capable of designing and installing a fixed or modular FDS that can facilitate fuel transfer under various sea conditions while adhering to Navy engineering standards. This initiative is crucial for enhancing the efficiency and modernization of military supply operations, with a targeted contract duration of 59 months, commencing on February 2, 2026, and concluding on June 1, 2027. Interested parties must submit their company information and relevant experience by September 10, 2024, to the primary contact, Jordan Schwaner, at jordan.t.schwaner.civ@us.navy.mil, or the secondary contact, Stephanie Ricker, at stephanie.ricker.civ@us.navy.mil.
    Contractor-Owned, Contractor Operated (COCO) Fuel Storage Services in the Arabian Gulf area
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for Contractor-Owned, Contractor Operated (COCO) fuel storage services in the Arabian Gulf area. The primary objective is to secure a contractor capable of providing bulk fuel storage for various petroleum products under a firm-fixed-price contract, with a four-year base period from November 1, 2024, to October 31, 2028, and a potential five-year extension. These services are critical for supporting military operations, ensuring the safe and efficient management of fuel supplies. Interested contractors should contact Chris Kidwell at christopher.kidwell@dla.mil or Careka Squire at careka.squire@dla.mil for further details, and must adhere to the submission guidelines outlined in the solicitation documents.
    Ship Propulsion Fuel (Bunkers)
    Active
    Dept Of Defense
    Solicitation notice from the DEPT OF DEFENSE, DEFENSE LOGISTICS AGENCY, DLA ENERGY is seeking Ship Propulsion Fuel (Bunkers). This procurement is for Distillates & Residuals used as ships' bunkers at various ports Worldwide. The fuel, including Commercial Marine Gas Oil (MGO), Fuel Oil, Intermediate, Grades RME-180 (FO 180), RMG-380 (IFO 380), and Very Low Sulfur Fuel Oil (VLSFO), will be delivered directly into U.S. vessels for DoD and Federal Civilian agencies by barge, truck, or pipeline. The ordering period is October 1, 2023, through September 30, 2024, and the delivery period is October 1, 2023, through October 31, 2024. This is a Requirements-Type, Fixed Price Contract. For more information, contact Mr. Francis Murphy at Francis.c.Murphy@dla.mil. Interested vendors must register in the SEA Card® Online program.
    DLA Energy Bulk Petroleum - JPTS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking suppliers for Jet Propellant Thermally Stable (JPTS) fuel to support operations at Beale Air Force Base in California, Osan Air Base in Korea, and DFSP Texas City in Texas. The procurement encompasses an estimated annual requirement of 1,150,000 gallons for Beale AFB, 925,000 gallons for Osan AB, and 1,725,000 gallons for Texas City, with the contract period running from April 1, 2025, to March 31, 2026, and options for three additional years. This fuel is critical for military operations, ensuring the readiness and operational capability of the U.S. Air Force. Interested vendors should prepare for full and open competition, with the solicitation expected to be issued on https://www.sam.gov in late September or early October 2024; inquiries can be directed to Tracey Grinstead or Sonji Epps via their provided emails.
    SPE60124R0317 LAE, LN2 & ABO Norfolk NSY, VA
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking qualified suppliers to provide Liquid Argon, Liquid Nitrogen, and Aviator Breathing Oxygen for the Norfolk Naval Shipyard in Virginia. The procurement includes the delivery of these gases, along with related non-recurring services such as installation, maintenance, and equipment usage fees, with a contract period from April 1, 2025, to March 31, 2030. These products are critical for aerospace energy applications, and the selected contractor must demonstrate the capability to meet stringent specifications and quality assurance requirements. Interested vendors should submit a capability statement and ensure they are registered in the System for Award Management (SAM) by the anticipated solicitation release in September 2024. For inquiries, contact Nelson Vega Beltran at nelson.vega@dla.mil or Jessica Negron at jessica.negron@dla.mil.
    DLA Energy - Carbon-Pollution Free Electricity/Retail Electricity 2024
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for a 20-year contract to supply Carbon Pollution-Free Electricity (CFE) and retail electricity to various federal installations within the PJM Interconnection region. The procurement aims to fulfill at least 35% of the government's total electricity needs with new-build CFE by 2030, while the remaining 65% will be sourced from conventional retail electricity. This initiative aligns with the U.S. government's commitment to sustainability and compliance with Executive Order 14057, which mandates sourcing 100% CFE by 2030. Interested offerors must submit their proposals by approximately 30 days after the solicitation is issued, with the anticipated solicitation release date on July 31, 2024. For inquiries, potential bidders can contact Charlene Woods at charlene.woods@dla.mil or Felicia Hightower at felicia.hightower@dla.mil.
    SPE603-23-R-0502 Amendment 0001
    Active
    Dept Of Defense
    Solicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking services for the operation of fuel supply facilities. This procurement is typically used for managing and maintaining fuel supply facilities. Amendment 0001 has been issued to reopen and extend the closing deadline for the Request for Proposal (RFP) SPE603-23-R-0502. The new deadline is 3:00 P.M. local time on Monday, September 18, 2023. The revisions to the RFP are highlighted in yellow within Attachment A. Please refer to the RFP and Amendment 0001 for further details.
    COG 3 PC&S Fuel Program 3.23 Basic Agreement SPE605-20-R-0233
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DLA ENERGY is seeking vendors who have the industry knowledge to handle high tempo and time-constrained requirements. They intend to enter into Basic Agreements with eligible contractors to supply and deliver fuel products, including diesel, gasoline, jet fuel, and AVGAS, within the DLA Energy COG 3 PC&S 3.23 program. This program requires vendors to provide ground fuel services to the Department of Defense (DoD) and Federal Civilian customers in various locations in Delaware, Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, West Virginia, and Washington DC. Additional requirements may emerge as determined by the Government's needs. Future requirements will be solicited through either a Request for Proposals (RFP) for a long-term contract (LTC) or a Request for Quotations (RFQ) for one-time purchase contracts, commonly known as One-Time Buys (OTBs).