DLA Energy – Worldwide Additives Program (FSII Supplemental)
ID: SPE60225R0706Type: Presolicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Chemical Product and Preparation Manufacturing (325998)

PSC

FUEL OILS (9140)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 5:00 PM UTC
Description

The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of Fuel System Icing Inhibitor (FSII) as part of its Worldwide Additives Program. This procurement aims to secure a bulk supply of FSII, which is critical for maintaining fuel quality and preventing icing in aviation and military fuel systems. The contract will cover an ordering period from the date of award through December 31, 2026, with specific delivery requirements to various locations within the continental United States (CONUS) using tank trucks under FOB destination terms. Interested parties must submit their proposals by April 9, 2025, and can direct inquiries to Natalie Charles at natalie.charles@dla.mil or Matthew Padfield at Matthew.Padfield@dla.mil for further clarification.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 7:05 PM UTC
The document is an amendment to a solicitation for federal procurement, specifically regarding the Request for Proposal (RFP) SPE602-25-R-0706 for commercial products. It serves to amend prior terms and conditions, indicating that the solicitation has been modified per Federal Acquisition Regulation (FAR) guidelines. The main updates include the addition of a solicitation note clarifying that the announcement is a combined synopsis/solicitation, with proposals being requested without a separate written solicitation being issued. The RFP remains effective as outlined in the existing regulations. The amendment specifies that all other terms and conditions not addressed in the amendment remain unchanged. The document emphasizes the importance of acknowledging receipt of the amendment to ensure the offer remains valid. This update is critical for contractors as they respond to the solicitation in compliance with federal procurement procedures.
Apr 7, 2025, 7:05 PM UTC
The document pertains to an amendment/modification of a contract identified as SPE60225R0706. It outlines changes made to the solicitation, specifically adjusting the minimum parcel size for two line items (CLIN 0003 and CLIN 0004) from 3,000 gallons to 2,000 gallons. Additionally, the due date for the solicitation has been updated from April 8, 2025, to April 9, 2025, maintaining the closing time of 1 PM EDT. All other terms and conditions remain unchanged. The amendment requires contractors to acknowledge receipt prior to the new deadline to avoid rejection of offers. This document is part of the federal procurement process, ensuring clarity and adherence to contractual obligations within the solicitation framework. The attached conformed RFP provides further details for the contractors involved.
Apr 7, 2025, 7:05 PM UTC
The document is an amendment to a solicitation related to government contracting, specifically for the purchase of bulk petroleum products under contract SPE60225R0706. The amendment modifies the maximum parcel size for certain individual line item numbers (CLINs), reducing the maximum size from 6,000 US gallons (USG) to 3,000 USG for CLIN 0003 and CLIN 0004. Other terms and conditions of the solicitation remain unchanged. The amendment also outlines the procedures for contractors to acknowledge receipt, which is important for the validity of their offers. This update is significant as it dictates specific requirements within the procurement process, ensuring clarity for potential contractors and adherence to federal regulations regarding solicitation amendments.
Apr 7, 2025, 7:05 PM UTC
The document outlines the Offer Submission Package (OSP) for solicitation SPE602-25-R-0706 from the Defense Logistics Agency Energy, focusing on a bulk supply procurement program. Proposals are due by April 9, 2025, with a delivery period extending through December 31, 2026, plus a 30-day carry-over. The package requires completion of various forms, including a signed Standard Form 1449, all applicable clauses, letters of commitment, certificates of analysis, and safety data sheets for hazardous materials. Additional requirements include specifying production capacities and shipping details, ensuring quality assurance compliance, and detailing any planned refinery shutdowns that might impact supply availability. Offerors can request exceptions to solicitation terms in a designated section. The document emphasizes proper submission protocols and the importance of adhering to safety regulations concerning hazardous materials. This solicitation seeks to establish contracts with suppliers while ensuring operational readiness and safety compliance throughout the procurement process.
Apr 7, 2025, 7:05 PM UTC
The file discusses various federal and state funding opportunities, including Requests for Proposals (RFPs) and federal grants aimed at enhancing community services and infrastructure. It outlines the procedures for accessing these funds, highlighting key eligibility criteria, application process, and deadlines. The document emphasizes the government's commitment to supporting local initiatives that address critical needs such as housing, education, and public health. It provides a structured approach to navigating the funding landscape, encouraging potential applicants to carefully review guidelines and prepare comprehensive proposals. Additionally, it emphasizes the importance of collaboration between governmental agencies and community organizations to ensure successful project implementation. This document serves as a vital resource for entities seeking financial assistance through government programs, facilitating community development and public service enhancement.
Apr 7, 2025, 7:05 PM UTC
The document outlines federal solicitation SPE602-25-R-0706, specifically providing fillable clauses for vendors to complete as part of their proposal submission. It includes various requirements, including qualification requirements for products and services, small business representations, hazardous material identification, and telecommunications equipment disclosures. Vendors must demonstrate compliance with qualification standards before contract awards, with penalties for non-compliance. Additionally, the document addresses small business classifications, requiring contractors to re-represent their business size and status throughout the contract life cycle. It emphasizes obligations regarding hazardous materials, including necessary safety data submissions. Furthermore, the document highlights prohibitions related to covered telecommunications equipment under the John S. McCain NDAA and includes extensive clauses for federal tax responsibilities and compliance with child labor laws. The overall intent is to establish clear guidelines for proposal submissions, ensuring that vendors meet federal regulations and standards when offering goods or services to the government. This aids in maintaining transparency, safety, and compliance throughout the contracting process.
The file encountered does not provide content related to government RFPs or grants, but rather outlines a technical issue with viewing a PDF document. It suggests upgrading Adobe Reader to access the document. There are no substantive details or context regarding federal or local RFPs, grants, or specific government initiatives, as the crucial content is not available. Thus, the document lacks any topics, ideas, or supporting information typically found in proposals or grant announcements. The focus is solely on troubleshooting software compatibility issues with the PDF format.
Apr 7, 2025, 7:05 PM UTC
The solicitation SPE602-25-R-0706 issued by the DLA Energy seeks proposals for the procurement of Fuel System Icing Inhibitor (FSII), specifically targeting worldwide additive requirements. The contract is open for various suppliers under unrestricted conditions, encouraging participation from small businesses, including those owned by women and veterans. The performance period runs from the contract award date until December 31, 2026, with specific locations designated within the continental United States for delivery via tank truck. Suppliers must guarantee FOB destination delivery and provide certifications of analysis for their products upon submission of proposals. Additionally, the contract mandates that all supplies for military use are transported by U.S.-flag vessels, barring certain exemptions, insisting that proper supply commitment letters accompany dealer proposals. Bidders are encouraged to submit their best prices initially, as awards may be made based on those initial offers. Conditions around delivery protocols, payment processes through the Wide Area Workflow system, and multiple requirements regarding quality inspection and compliance are also detailed in the contract, ensuring stringent methods for supply management and accountability.
Apr 7, 2025, 7:05 PM UTC
The document outlines a Request for Proposal (RFP) issued by DLA Energy for the procurement of Bulk Fuel Additives, specifically focusing on Fuel System Icing Inhibitor (FSII) with an expected performance period extending from the date of award through December 31, 2026. The RFP emphasizes the requirement for delivery to various locations within the continental United States (CONUS) and mandates the use of tank trucks for delivery, strictly adhering to the "FOB destination" term. Key aspects highlighted include submission instructions for bidders, qualification criteria, and specifications for the FSII product, including the necessity for certificates of analysis accompanying initial offers. The document specifies that proposals must be received by April 9, 2025, with potential awards based on initial pricing, encouraging vendors to submit their most competitive offers. Additionally, regulations related to shipping and delivery procedures, including the requirement for U.S.-flag vessels under the Military Cargo Preference Act, are emphasized. The contract lays out expectations for quality assurance, compliance with inspection standards, and payment procedure through the Wide Area Workflow (WAWF) system. Overall, this solicitation represents a strategic government initiative to enhance fuel quality management while adhering to strict compliance and operational guidelines.
Apr 7, 2025, 7:05 PM UTC
The procurement document SPE602-25-R-0706 issued by DLA Energy outlines a request for proposals (RFP) for Fuel System Icing Inhibitor (FSII) in the form of commercial items, with the performance period extending from the date of award to December 31, 2026. The RFP is open to all entities, but special considerations are encouraged for small businesses and specific socioeconomic categories, including service-disabled veteran-owned businesses. The text emphasizes strict delivery requirements, mandating FOB destination delivery to multiple specified locations across the continental United States. It specifies the quantity and quality standards for the FSII product, urging offerors to provide comprehensive analyses and commitments upfront. The document details conditions regarding the acceptance of offers, potential economic price adjustments based on market conditions, and formal procedures for shipments and invoicing. The solicitation encourages direct communication with the designated DLA Energy representatives for inquiries regarding proposal submissions. Overall, it reflects the federal government's intent to streamline procurement processes while adhering to regulatory stipulations and encouraging optimal competition among suppliers.
Apr 7, 2025, 7:05 PM UTC
The document outlines a solicitation for commercial items from the Defense Logistics Agency (DLA) Energy regarding the procurement of Fuel System Icing Inhibitor (FSII) for military use. It details the issuance of a Request for Proposal (RFP) that seeks multiple contractor awards for worldwide additive requirements, specifically for FSII, by allowing delivery to various locations within the Continental United States (CONUS) from the date of award until December 31, 2026. Key stipulations include mandatory adherence to delivery methods, compliance with the Military Cargo Preference Act, and requirements for contractors to provide certificates of analysis with their proposals. Additionally, it emphasizes the necessity for all suppliers to utilize U.S.-flag vessels unless exempted and requires dealers to submit firm supply commitment letters. The solicitation underscores competitive pricing and the timely submission of offers, establishing the importance of quality assurance and delivery compliance for successful bidders in meeting the needs of military fuel supply operations.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
SPE4A725R0520– 2915 – PARTS KIT / WSIC F
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an indefinite quantity contract (IQC) for a parts kit related to aircraft engine fuel systems, specifically NSN: 2915-016560384. The contract will have a base period of five years with an estimated annual quantity of 24 units, requiring a minimum delivery order of 6 and a maximum of 24, with deliveries expected within 60 days. This procurement is a total small business set-aside, emphasizing the importance of price, past performance, and delivery in the evaluation process. Interested vendors should submit written quotes and can access the solicitation on the DLA Internet Bid Board System (DIBBS) around April 19, 2025; for further inquiries, contact Thuy Ho at Thuy.Ho@dla.mil or call 804-279-6092.
29--COOLLY,FUEL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of NSN 2910123806134, specifically for the item COOLLY, FUEL, with a total quantity of 8 units required. This procurement is part of a potential Indefinite Delivery Contract (IDC) that may last for one year or until the total orders reach $250,000, with an estimated four orders anticipated annually. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
Ship Propulsion Fuel (Bunkers)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the procurement of Ship Propulsion Fuel (Bunkers) for U.S. vessels at various global ports. This procurement includes Distillates and Residuals, specifically Commercial Marine Gas Oil (MGO), Intermediate Fuel Oils (IFO 180 and IFO 380), Very Low Sulfur Fuel Oil (VLSFO), and potentially MILSPEC products like JP5 and F76 for Navy ships, with deliveries scheduled from October 1, 2024, to October 31, 2025. The initiative is critical for maintaining operational readiness and compliance with environmental standards in military logistics, emphasizing quality assurance and rigorous documentation practices. Interested vendors must register in the SEA Card® Online program and can direct inquiries to Francis Murphy at Francis.c.Murphy@dla.mil or Jasper Pili at Jasper.Pili@dla.mil, with the ordering period commencing on October 1, 2024.
SOLICITATION: SPE605-25-R-0208 (ALASKA, POSTS, CAMPS & STATIONS (PC&S) PP 3.9)
Buyer not available
The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of various fuel products for the Department of Defense and federal civilian agencies in Alaska, under solicitation number SPE605-25-R-0208. The contract will cover an ordering period from October 1, 2025, to September 30, 2030, with delivery required within 48 hours after the ordering period begins, and includes a partial small business set-aside for specific line items. This procurement is critical for ensuring the timely supply of essential fuel resources to support military operations and federal activities in the region. Interested vendors must submit their proposals electronically via the DLA Energy Offer Entry Tool by May 12, 2025, at 10:00 PM EST, and can direct inquiries to Sandra A. Smallwood at sandra.smallwood@dla.mil or Kimberly Binns at kimberly.binns@dla.mil.
Amendment 0002 1.2P PACOM OVERSEAS INTO-PLANE SOLICITATION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the procurement of Aviation Turbine Fuel, specifically Jet A-1, under the Amendment 0002 1.2P PACOM Overseas Into-Plane Solicitation. This procurement requires compliance with stringent environmental regulations and adherence to the latest ASTM D1655 specifications, including the use of specific additives such as Fuel System Icing Inhibitor and Corrosion Inhibitor/Lubricity Improver, while prohibiting non-approved additives. The successful provision of this fuel is critical for ensuring operational effectiveness and compliance with industry standards for military and governmental operations. Interested vendors should contact Joseph Teye-Kofi at Joseph.Teye-Kofi@dla.mil or Kimberly Morgan at kimberly.d.morgan@dla.mil for further details, with the performance expected to take place in Fort Belvoir, Virginia.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
Buyer not available
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 for the 2025 Purchase Program. This procurement aims to acquire various fuel types, including Naval Distillate (F-76), JP5, JP8, and Jet A-1, to support military operations across multiple locations in the AEM geographic area. The contract will cover a delivery period from July 1, 2025, to June 30, 2026, with a mandatory electronic submission process via the Bulk Offer Entry Tool (OET). Interested vendors must submit their proposals by January 14, 2025, at 3 PM EST, and can direct inquiries to Gerardo Gomez or Paul Johnson via their provided email addresses.
FUEL CONTROL,MAIN,T
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of fuel control components for motor vehicle gasoline engines, classified under NAICS code 336310. The acquisition is unrestricted and emphasizes compliance with stringent quality assurance standards, requiring contractors to maintain detailed supply chain traceability documentation for a period of ten years. This procurement is crucial for ensuring the reliability and efficiency of military vehicle operations, with proposals due by May 12, 2025. Interested parties can contact Michelle L Parker at 385-519-8190 or via email at michelle.parker.2@us.af.mil for further details.
SPE4A725R0464 – 2945 – FILTER ELEMENT, FLUID / WSIC F
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an indefinite quantity contract (IQC) for the procurement of fluid filter elements, specifically NSN 2945-010998550. The contract will cover a base period of five years with an estimated annual quantity of 450 units, and it is crucial for maintaining aircraft engine performance, as these filters are essential components in ensuring the cleanliness of fluid systems. Interested vendors should note that the solicitation will be issued on or around April 9, 2025, and proposals must be submitted in writing; for further inquiries, contact Thuy Ho at Thuy.Ho@dla.mil or call 804-279-6092.
5970-01-157-9469; 05F; AIRCRAFT, STRATOLIFTER C/KC-
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking small business concerns to establish an Indefinite Quantity Contract (IQC) for the procurement of insulating compounds, specifically NSN 5970-01-157-9469, which are critical application items with a higher-level quality and a defined shelf life. The contract will span five base years, with an estimated annual demand of 1,428 units, and requires delivery within 135 days to various locations across the Continental United States. This procurement is vital for ensuring the availability of essential electrical insulating materials used in military applications. Interested parties should prepare for a solicitation release tentatively scheduled for April 16, 2025, and may contact Patsy Bedford at patsy.bedford@dla.mil or Heidi Lacosse at Heidi.Lacosse@dla.mil for further information.
NSN 2915-01-718-3295; P/N 1947T11G01; PARTS KIT,FUEL CONT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Parts Kit, Fuel Control, identified by NSN 2915-01-718-3295 and P/N 1947T11G01, with General Electric Company as the approved source. This procurement is critical for safety and application, requiring a Government First Article Test, and aims to acquire a total of 253 units with a delivery timeline of 191 days after receipt of order. Interested vendors must be registered in the System for Award Management (SAM) and submit a Source Approval Request (SAR) if they are alternate offerors; the solicitation is expected to be issued around April 18, 2025, with proposals due by May 17, 2025. For further inquiries, potential bidders can contact Steven Lewis at steven.lewis@dla.mil or by phone at 804-279-6940.