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

Buyer

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

PSC

OPERATION OF FUEL SUPPLY FACILITIES (M1NA)
Timeline
    Description

    The Defense Logistics Agency (DLA) Energy is issuing a Request for Proposal (RFP) for Government Owned Contractor Operated (GOCO) fuel services at the Defense Fuel Support Point (DFSP) in Norfolk, Virginia. The procurement seeks non-personal services for the management, operation, maintenance, and distribution of fuel, including responsibilities for product quality surveillance, inventory control, and environmental protection at various facilities, such as Craney Island and Sewell's Point. This contract is crucial for ensuring reliable fuel supply operations that support military readiness and logistics, with a performance period extending from April 1, 2025, through March 31, 2029, and options for additional years. 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 provided document outlines specifications for maintaining cleared areas along various roadways surrounding a designated parcel, potentially as part of a federal or state-funded project. It includes directives for removing tree limbs, leaves, and grass, specifying a maximum clearance distance from roadways and other infrastructure, as well as mowing requirements for grass and landscaping. Key tasks include cleaning ditches of debris using approved herbicides to manage growth and ensuring appropriate access paths to monitoring wells. The document specifies the extent of mowing and soil sterilization required, indicating both linear footage and area specifications. It highlights the need for environmental management with a focus on keeping roadways and perimeters free from obstructions. This maintenance plan is crucial for ensuring operational safety, accessibility, and environmental compliance, aligning with typical government initiatives for land management and infrastructure maintenance. The detailed measurements reflect the structured approach taken within governmental contracts, addressing specific maintenance needs effectively.
    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 pertains to federal and state RFPs (Request for Proposals) related to grants and funding opportunities. It lays out important guidelines and parameters for potential applicants regarding the formulation and submission of proposals tailored for various government projects. Central themes include funding eligibility, project objectives, compliance with federal standards, and the necessity for detailed project outlines and budgets. Key highlights include the emphasis on demonstrating measurable outcomes, community impact, and sustainability in proposed projects. The document also underscores the importance of collaboration with local agencies and stakeholders to enhance project viability and acceptance. Additionally, it outlines the review and selection criteria used by government agencies to assess proposals, which include innovation, cost-effectiveness, and alignment with governmental priorities. The overall context indicates a structured approach to mobilizing resources for community development through government grants, with a focus on transparency and accountability in the use of taxpayer funds. By providing comprehensive information on the RFP process, the document aims to equip applicants for successful submissions while fostering responsible project implementations in various sectors.
    The Performance Work Statement (PWS) outlines requirements for the management, operation, maintenance, and distribution of fuel services at Defense Fuel Support Point (DFSP) Norfolk, VA. It emphasizes the contractor's responsibility to adhere to federal regulations while ensuring efficient and reliable operations across various fuel facilities, including Craney Island, Sewell's Point, Chambers Field, and Joint Expeditionary Base Little Creek-Fort Story. Key expectations include submitting detailed operational plans, meeting staffing requirements, and maintaining safety, security, and environmental compliance protocols. The contractor must ensure high product quality and inventory accountability, supported by a comprehensive maintenance plan and a quality assurance framework. The document delineates the necessary qualifications for key personnel and service staff, establishing strict operational standards. It also stipulates the turnover process between contractors and mandates effective communication with the contract officers. This PWS serves as a foundational document for the RFP process, enabling federal agencies to acquire essential fuel services through competitive proposals while ensuring operational integrity and compliance with military and civilian operational standards.
    The presented document appears to encompass a range of federal and state-local Requests for Proposals (RFPs) and grants. Primarily, it discusses funding opportunities focused on improving infrastructures, systems, and services across various governmental sectors. The document outlines procedures for application, eligibility criteria for funding, and the expected impacts of funded projects on community development and service enhancement. Key topics include infrastructure upgrades, environmental safety assessments, and community health initiatives. The remainder of the content indicates various administrative procedures, compliance standards, and timeframes for project proposals. Furthermore, it emphasizes the importance of adhering to safety and regulatory standards throughout project execution. In summary, this document serves as a comprehensive guide for stakeholders engaging with governmental funding opportunities, outlining critical information necessary for successful proposal submission and project implementation.
    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
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the annual bulk petroleum purchase for the Atlantic, Europe, and Mediterranean (AEM) region, specifically targeting various fuel types including Naval Distillate (F-76), Aviation Turbine Fuels (JP5, JP8, and Jet A-1). This procurement aims to secure essential fuel supplies to support military operations across multiple locations within the AEM geographic area, with a contract period extending from the date of award through June 30, 2026. Interested vendors must utilize the Bulk Offer Entry Tool (OET) for submissions, ensuring compliance with federal procurement standards, and are encouraged to register with the System for Award Management (SAM) at no cost. The solicitation closing date is set for January 14, 2025, at 3 PM EST, and inquiries can be directed to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.mil.
    Contractor-owned, Contractor-operated (COCO) bulk retail services at two locations on Fort Bragg, NC.
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking small business sources to provide Contractor-Owned, Contractor-Operated (COCO) bulk retail fuel services at two locations on Fort Bragg, North Carolina. The contractor will be responsible for the operation, maintenance, and management of fuel facilities capable of storing significant quantities of military-grade aviation fuel (F24), commercial gasoline (MUR), and commercial diesel (ULSD), ensuring quality control and accurate accounting for petroleum products. This procurement is critical for maintaining the fuel supply chain for military operations, with a firm, fixed-price contract anticipated for a four-year base period and five additional five-year options, potentially extending the contract duration to 29 years. Interested firms must submit their responses by December 3, 2025, at 3:00 PM local Ft. Belvoir, VA time, via email to Morishita.Armstead@DLA.MIL, providing detailed company profiles and demonstrating their capabilities in fuels management.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the Annual Bulk Petroleum Purchase for the Atlantic, Europe, and Mediterranean (AEM) region for the 2026 Purchase Program. This procurement involves various bulk petroleum products, including Naval Distillate (F76), Aviation Turbine Fuel (JP5), and Aviation Turbine Fuel (JA1), with estimated quantities totaling over 291 million gallons across multiple delivery locations in Europe. The contract's delivery period spans from July 1, 2026, to June 30, 2027, with a mandatory use of the Bulk Offer Entry Tool (OET) for offer submissions, and the solicitation closing date is set for January 5, 2026, at 3 PM EST. Interested parties can reach out to Gerardo Gomez or Paul Johnson via email for further inquiries regarding the solicitation.
    Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the privatization of the Electric Utility System at Norfolk Naval Shipyard, Virginia. The objective is to transfer ownership and operational responsibilities of the electric distribution utility system to a contractor, who will be tasked with maintaining, operating, and providing utility services to the Government for a potential 50-year contract. This initiative is crucial for ensuring reliable and compliant utility services, with the contractor responsible for all aspects of system management, including maintenance, environmental compliance, and capital investments. Interested parties must register for a virtual pre-proposal conference scheduled for September 17, 2025, and submit proposals by the specified deadlines, with contact inquiries directed to Andrew Urben at andrew.urben@dla.mil or Brandon Moses at brandon.moses@dla.mil.
    Government Owned, Contractor Operated (GOCO) Naval Air Station (NAS) Key West, FL Fuel Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking qualified small businesses to provide Contractor-Operated fuel storage and management services at Naval Air Station (NAS) Key West, Florida. The procurement involves the operation and maintenance of fuel facilities, including aircraft and ship aviation fuel services, ensuring safety, quality control, and environmental compliance. This opportunity is significant as it supports military operations by managing critical fuel resources, with a firm-fixed price contract anticipated to begin around January 1, 2026, featuring a four-year base period and additional options. Interested firms must demonstrate their capabilities and past performance, with responses due via email to designated contacts within DLA Energy, following the publication of the solicitation expected within the next 60 days.
    GOCO Alongside Aircraft Refueling Services NAS Whiting Field
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking proposals for Alongside Aircraft Refueling Services at Naval Air Station (NAS) Whiting Field in Florida. The contractor will be responsible for managing, maintaining, and operating Government-Owned, Contractor-Operated (GOCO) fuel storage facilities, ensuring the safe handling and accountability of petroleum products, while complying with environmental and safety regulations. This procurement is set aside for Service-Disabled Veteran Owned Businesses (SDVOSB) under NAICS code 493190, with a firm fixed-price contract anticipated to include a four-year base period and one five-year option. Interested parties should prepare for the solicitation expected to be posted between May and June 2025, with a closing date approximately 45 days thereafter. For further inquiries, contact Sean Turner at sean.turner@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL.
    DLA Energy FY26 Annual Procurement Forecast of Petroleum Acquisitions
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is announcing its annual procurement forecast for petroleum acquisitions for fiscal year 2026. The forecast outlines the anticipated procurement of approximately 80.535 million barrels of various petroleum products, including bulk and PCS, intro-plane, bunkers, and non-contract fuel. These acquisitions are crucial for supporting military operations and ensuring the availability of essential fuel supplies. Interested vendors should contact Allison Rodgers at Allison.Rodgers@dla.mil or Kurtiss Beach at kurtiss.beach@dla.mil for further details, and they are advised to refer to individual solicitations for precise quantities as the procurement process progresses.
    Attachments for 2.3 SOUTH DOMESTIC INTOPLANE Amendment 0006
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of Jet A fuel (with and without FSII) and Into-Truck Jet A fuel with FSII for Del Rio International Airport (KDRT) in Texas. The estimated total quantity required is 180,000 US gallons, with the contract period extending from the date of award through March 31, 2027. This procurement is critical for supporting the refueling needs of the Department of Defense and other government entities, ensuring operational readiness and efficiency. Proposals are due by November 6, 2025, at 5:00 PM EST, and interested vendors can contact Joseph Teye-Kofi at Joseph.Teye-Kofi@dla.mil or Jamika Forde at jamika.forde@dla.mil for further information.
    Government-Owned, Contractor-Operated (GOCO) Fuel Storage Services in Vandenberg AFB, CA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified contractors to provide Government-Owned, Contractor-Operated (GOCO) fuel storage services at Vandenberg Air Force Base (AFB), California. The procurement encompasses bulk storage services, retail service station support, aircraft services, and comprehensive fuels management, ensuring safe handling, quality control, and accountability of petroleum products. This contract is critical for supporting base operations, airshows, deployments, and other contingencies, with a focus on maintaining environmental safety and operational efficiency. The solicitation is anticipated to be posted in December 2025, with a closing date approximately 45 days thereafter. Interested parties should contact Ayanna Jackson-Charles at Ayanna.Jackson-Charles@dla.mil or Alicia Williams at Alicia.Williams@dla.mil for further information, and must be registered in the System for Award Management (SAM) to participate.
    Government-Owned, Contract-Operated (GOCO) Fuel Storage Services in Patrick AFB, FL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified contractors to provide Government-Owned, Contractor-Operated (GOCO) fuel storage services at Patrick Air Force Base (AFB) in Florida. The procurement involves bulk storage services, retail service station support, aircraft services, and comprehensive fuels management, ensuring safe handling, quality control, and accountability of petroleum products. This contract is crucial for supporting base operations, airshows, deployments, and other contingencies, with a focus on environmental protection and operational efficiency. The solicitation is anticipated to be posted in December 2025, with a 45-day response period, and is set aside for 8(a) small businesses under NAICS code 493190. Interested parties can contact Mairah Ahmed at Mairah.Ahmed@dla.mil or Alicia Williams at Alicia.Williams@dla.mil for further information.