DLA ENERGY AEROSPACE JP-10 AND PF-1
ID: SPE60125R0303Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGY AEROSPACE ENRGY-DLAE-MJBSA LACKLAND, TX, 78236, USA

NAICS

All Other Basic Organic Chemical Manufacturing (325199)

PSC

LIQUID PROPELLANT FUELS AND OXIDIZERS, CHEMICAL BASE (9135)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a Firm, Fixed-Price Requirements-Type contract to procure bulk propellants, specifically High Density Synthetic Hydrocarbon Type (JP-10) and Priming Fluid ALCM Grade (PF-1), for a five-year period from June 16, 2025, to June 15, 2030. The selected contractor will be responsible for the production, storage, and delivery of these propellants, adhering to strict military specifications and quality standards, with a minimum bulk storage capacity of 135,000 gallons and a production rate of 519 gallons per day. This procurement is critical for supporting U.S. defense and aerospace operations, ensuring the availability of essential materials for military readiness. Interested small businesses must submit their proposals by March 5, 2025, to Tammie Campbell at tammie.campbell@dla.mil, with all submissions following the guidelines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) Aerospace Energy requires a contractor for the production and management of JP-10 and PF-1 fuels to support U.S. defense and space programs. The contractor is responsible for providing production facilities, raw materials, and all necessary labor for the manufacturing and storage of these products. Specifically, they must maintain bulk storage with a minimum capacity of 135,000 gallons and be able to produce 519 gallons per day, totaling 675,000 gallons over five years. Additionally, the contractor must adhere to strict quality standards set by military specifications for these fuels and provide necessary documentation. The contractor's facility must be designated as an Energy Aerospace Storage Point (EASP) and comply with various logistical and safety regulations regarding hazardous materials shipping. Timely fulfillment of orders is essential, with specifications requiring drummed products to be available within 7 days of requisition. The contractor must ensure secure and monitored storage for DLA-owned quantities, particularly noting specifications for both JP-10 and PF-1 inventories. Overall, this RFP emphasizes the need for reliable production and distribution capabilities, adhering to military specifications and safety standards.
    The document SPE601-25-R-0303 outlines an indefinite quantity contract managed by the Defense Logistics Agency (DLA) for the procurement of aerospace energy supplies. The contract specifies requirements for delivery methods, inspection protocols, and pricing terms, confirming it as a requirements-type contract where the government commits to order all items awarded. It includes specific provisions for packing, marking, and shipping hazardous materials, ensuring compliance with various transportation regulations. Contractors must maintain adequate records for inventory, adhere to safety protocols, and manage government-owned products without commingling them with private stock. Key obligations involve handling delivery schedules, providing certified documentation, and addressing late deliveries promptly. The contract encapsulates responsibilities and documentation for contractor transactions related to government-owned aerospace energy products, aiming for a streamlined, compliant process in the energy sector. Ultimately, this document represents operational guidelines crucial for ensuring effective cooperation between DLA and contractors in fulfilling aerospace energy requirements.
    The Defense Logistics Agency Energy provides guidance on accessing specifications and standards relevant to defense contracts through the Acquisition Streamlining and Standardization Information System (ASSIST) database. This document highlights the importance of the ASSIST database as the official source for current DoD specifications, including military handbooks and commercial item descriptions, which can be accessed at specific URLs. Instructions for searching and obtaining these documents are outlined, encouraging registered users to create profiles for notifications on document updates. The content underscores that while the ASSIST database covers DoD documents, commercial or foreign specifications must be sourced directly from the relevant organizations. This resource is vital for vendors and contractors involved in federal bids, ensuring they align with the most up-to-date standards crucial for compliance and contract fulfillment.
    The document outlines a federal Request for Proposals (RFP) focused on the development and implementation of community-based health programs aimed at enhancing access to care for underserved populations. Key points include the objective of addressing health disparities, improving health outcomes, and increasing preventive services through targeted initiatives. The RFP emphasizes collaboration with local organizations, leveraging existing resources, and employing evidence-based strategies to engage communities effectively. Additionally, applicants are encouraged to demonstrate innovative approaches to outreach and education, with funding dedicated to activities that promote long-term sustainability and impact. The structure of the document provides specific eligibility criteria, application guidelines, and evaluation metrics to ensure alignment with federal health objectives. Overall, this RFP represents a concerted effort by the government to bolster health equity and support vulnerable community members through strategic partnerships and dedicated funding for health initiatives.
    The document outlines the detail specification for high-density synthetic hydrocarbon type propellant, Grade JP-10, approved for use by all U.S. Department of Defense agencies. It defines the scope, requirements, and standards necessary for the successful production and use of JP-10, specifying its composition as solely exo-tetrahydrodicyclopentadiene. The specification emphasizes the need for compliance with applicable government documents, and various ASTM standards for quality control, ensuring operational effectiveness and safety. Key properties stipulated include chemical analysis, flash point, density, and particulate matter thresholds, alongside approved additives and materials. Additionally, it entails meticulous packaging and handling methods, and mandates testing for conformance to its numerical limits. The document serves as a crucial reference for both procurement and manufacturing, emphasizing the importance of stringent quality assurance in military applications. Overall, it reinforces the operational mandate for sustainable practices, advocating for the use of recycled materials where feasible while maintaining performance standards.
    The document outlines the detail specification MIL-DTL-87173D for ALCM-grade PF-1 priming fluid, approved for use by the Department of Defense. It specifies high-density synthetic hydrocarbon requirements, primarily composed of exo-tetrahydrodicyclopentadiene and methylcyclohexane. The specification classifies the fluid and includes mandatory additive requirements, particularly antioxidant formulations to prevent oxidation. Important physical and chemical properties are detailed, including allowable thresholds for viscosity, density, and flash point, along with specified testing methods. Verification processes for lot acceptance ensure compliance with the outlined standards, emphasizing conformance to safety and operational efficacy. The document also includes packaging stipulations, intended for military gas turbine or ramjet engines. Overall, it establishes essential guidelines for procuring and ensuring the quality of the specified priming fluid, highlighting the government's regulatory framework essential for military operations and maintenance compliance.
    This document outlines a federal procurement request for various propellant materials and associated fees over a span of five years. It includes a total quantity of 675,000 units for High Density Synthetic Hydrocarbon Type Grade (JP-10) over five years, with 135,000 units scheduled for each year. Additionally, there is a provision for 24,000 units of Priming Fluid ALCM Grade (PF-1), divided into annual segments of 4,800 units. The request also includes a drumming fee of 15,000 units and recurring monthly fees for storage and tank usage, both encompassing 12 units per year for five years. The total budget remains unspecified, stressing that offered prices must not exceed two decimal places and the pricing worksheet should remain unlocked. This solicitation highlights critical logistics and financial planning necessary for the procurement of materials essential for defense operations, reflecting the government’s ongoing efforts to maintain necessary supplies for military readiness.
    The DLA Energy P-11 document outlines procedures for managing Energy Aerospace products funded by the Defense Wide Working Capital Fund (DWWCF). It specifies guidelines for storage, transportation, forecasting, inventory management, and financial oversight pertinent to various energy products such as propellants and oxidizers. Intended for Energy Aerospace Storage and Defense Fuel Support Points, the document details responsibilities of various stakeholders including DLA Energy personnel, military service control points, and authorized customers. Key procedures include submitting accurate customer forecasts for energy product needs over a three-year period, adherence to detailed documentation for transactions, and maintaining accountability for inventory through segregation of duties. It emphasizes compliance with established protocols for receiving, assessing, and reporting on inventory, and procedures for handling discrepancies in transportation. The document also articulates billing mechanisms based on customer categories, ensuring clarity in financial transactions between DoD, federal agencies, and commercial customers. Overall, DLA Energy P-11 serves as a comprehensive manual for maintaining efficient logistics and accountability in the management of specialized aerospace energy products across various governmental entities.
    The Contractor Performance Data Sheet outlines requirements for submitting information on government and non-government contracts relevant to a solicitation, covering a maximum period of five years. Contractors are asked to provide details of their performance history for contracts similar to the solicitation requirements, including current contracts with a minimum of one year’s performance record. If a contractor lacks relevant experience, they are instructed to indicate this by marking a designated box. The form requests comprehensive reference information, including the agency name, contract number, point of contact, and specifics such as product supplied, delivery method, and performance period. Additionally, contractors need to disclose whether a subcontracting plan is in place. This document serves as a critical tool for assessing contractor qualifications in federal and local RFPs, ensuring that proposals are evaluated based on relevant past performance.
    The document comprises an addendum to FAR 52.212-1, detailing instructions for offerors submitting proposals for commercial products and services under a federal solicitation. Key requirements include adherence to submission guidelines, the designation of the NAICS code related to industrial gas manufacturing, and the clear structure of proposals across four volumes: Technical Proposal, Past Performance Proposal, Price Proposal, and Summary and Miscellaneous Data. Each volume has specific content requirements and page limits, emphasizing clarity, technical compliance, and proper documentation. The proposal must showcase the offeror's capabilities, quality control measures, production capacity, and past performance while clearly articulating any exceptions taken to solicitation requirements. All proposals must be submitted electronically by the specified deadline, and the government aims to award without discussions, underscoring the importance of well-organized and compliant submissions for consideration. The document ultimately guides offerors in preparing competitive proposals that meet federal acquisition regulations while ensuring the government fulfills its procurement needs effectively.
    The document is an addendum to FAR 52.212-2, outlining the evaluation criteria and procedures for awarding a government contract for the production and delivery of specific products (JP-10 and PF-1). The contract is intended for a five-year term with a focus on technical acceptability, past performance, and pricing. Proposals must meet certain technical standards, including production and storage capacities, quality control measures, and management approaches, to be deemed "Acceptable." Past performance will be evaluated for relevance and success in similar contracts, while price will be assessed using the Lowest Price Technically Acceptable methodology, requiring reasonable and balanced pricing. The government retains discretion to reject any offers that do not meet the solicitation's requirements or overall standards. The emphasis is on ensuring proposals conform to all stated terms and conditions, that the offered prices are competitive, and that the contractors have proven expertise in fulfilling similar contracts. This structured approach to evaluation supports effective procurement to meet government needs efficiently and transparently.
    The document provides updates on Federal Acquisition Regulation (FAR) clauses relevant to RFPs concerning commercial products and services. It details instructions for offerors, including submission requirements and the need for a unique entity identifier. Key provisions outline the necessary documentation for offer submissions, the acceptance period for offers, and the process for evaluating and awarding contracts without discussions. The clauses incorporate several mandates and executive orders, ensuring compliance in areas like labor standards, ethics, and small business utilization. The document underscores the importance of clarity and thoroughness in proposal submissions, along with adherence to specified FAR clauses. Overall, it serves as a comprehensive guide for potential bidders, emphasizing the procedural framework for federal solicitations.
    The DLA Energy-P-11 document outlines the procedures for managing Energy Aerospace products, including their storage, transport, packaging, inventory control, and financial oversight financed by the Defense Wide Working Capital Fund (DWWCF). It applies to Energy Aerospace Storage Points (EASPs) and Defense Fuel Support Points (DFSPs), detailing the roles of various stakeholders, including military service control points, federal civilian agencies, and authorized customers. Key responsibilities include ensuring product availability, submitting accurate forecasts, and maintaining accountability and documentation for inventory transactions. Additionally, the document specifies financial management practices for billing and reimbursement, addressing customer forecasts, sales, and returns of products, with an emphasis on compliance with existing laws and regulations. Procedures for conducting physical and book inventories, addressing discrepancies, and monitoring variances are also included. The guidance ensures the integrity of Energy Aerospace logistics operations and reflects a structured approach to federal RFP, grant management, and logistics efficiency in governmental operations.
    The document outlines the MIL-DTL-87107F specification for High-Density Synthetic Hydrocarbon Propellant, specifically Grade JP-10, utilized by the Department of Defense. It provides a comprehensive scope, detailing classification, applicable documents, and requirements for the propellant, which consists solely of exo-tetrahydrodicyclopentadiene. The specification covers materials, finished propellant attributes, and permissible additives, including antioxidants and fuel system icing inhibitors. A series of chemical and physical properties, such as flash point, density, viscosity, and particulate matter content, are defined with specific testing methodologies outlined in ASTM and ISO standards. The document emphasizes the importance of rigorous inspection and testing protocols to ensure product integrity, including rejection criteria for non-conforming samples. It mandates the use of recycled or environmentally preferable materials when feasible. Packaging standards are referenced, and general acquisition requirements are set out to guide contracting officers. The specification concludes with an appendix on the gas chromatography method for quantitative purity assessment of JP-10. This rigorous process ensures military readiness through the enhancement of fuel performance in military gas turbine and ramjet engines, reflecting a strong commitment to quality and safety in defense operations.
    The Defense Logistics Agency (DLA) requires a contractor for the production and storage of aerospace energy products, specifically JP-10 and PF-1, crucial for national defense and U.S. space programs. The contractor must ensure reliable supply through the provision of facilities, raw materials, and labor, while adhering to various distribution and storage guidelines. Key responsibilities include maintaining storage capacity (with at least 135,000 gallons for bulk JP-10), managing DLA-owned finished goods, and ensuring product quality in compliance with military specifications. Additionally, the contractor must comply with hazardous materials regulations, provide timely product availability, and maintain stringent inventory controls. The contractor is also responsible for effective packaging and safe transport of the materials as per federal regulations. The contract outlines stringent delivery schedules, quality assurance measures including Certificate of Analysis notifications, and the requirement to use tamper-indicating devices (TIDs) for added security. Overall, this document details the operational, logistical, and regulatory requirements for the support of DLA Aerospace Energy in the procurement and distribution of JP-10 and PF-1, ensuring compliance with the needs of U.S. defense initiatives.
    The document outlines MIL-DTL-87173D w/AMENDMENT 1, a specification for grade PF-1 propellant priming fluid utilized in military gas turbine and ramjet engines. It includes the scope, classification, and applicable documents while emphasizing the fluid's composition—comprised solely of exo-tetrahydrodicyclopentadiene and methylcyclohexane. The specification is formalized for government use, stressing the importance of materials, additives, and rigorous testing standards to ensure quality and safety. Key requirements include the limits for chemical composition, physical properties like flash point and density, and rigorous inspection for visual clarity and particulate contamination. Additionally, it discusses permissible additives and their measurement standards while outlining the sampling and testing procedures necessary for compliance with the specifications. Superior workmanship and detailed testing methods are mandated to achieve high-quality production. The specification highlights the stringent conformance testing processes that ensure adherence to these requirements, underscoring its critical role in supporting military operations. Overall, this document reflects the Department of Defense's commitment to ensuring the reliability and safety of priming fluids in military applications.
    The document outlines a Request for Proposals (RFP) from the Defense Logistics Agency (DLA) for a Firm, Fixed-Price Requirements-Type contract to procure bulk propellants, specifically High Density Synthetic Hydrocarbon Type (JP-10) and Priming Fluid ALCM Grade (PF-1), for a five-year period from June 16, 2025, to June 15, 2030. The solicitation emphasizes a 100% Small Business Set-Aside, with a deadline for proposals set for March 5, 2025. Key requirements include compliance with specified military technical standards for the propellants, provision of bulk storage capacity, and delivery schedules. Offerors must provide detailed pricing in specified formats while adhering to the guidelines of the Federal Acquisition Regulation (FAR). The government intends to evaluate bids based on the lowest price that meets acceptable technical standards. Additionally, the document details responsibilities regarding quality inspections, reporting requirements for cyber incidents, safeguarding information, and prohibitions against contracting with debarred entities. Offerors must acknowledge amendments to the solicitation via SAM.gov and submit a comprehensive proposal, including technical and pricing documentation, by the deadline to be considered for bid acceptance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DLA Energy Bulk Petroleum - JPTS
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is soliciting bids for the procurement of bulk petroleum products under the DLA Energy Bulk Petroleum - JPTS program. The contract involves the delivery of an estimated total of 15,200,000 gallons of aviation turbine fuel over multiple delivery periods from April 2025 to March 2029, with specific delivery locations in South Korea and Texas. This procurement is critical for ensuring reliable fuel supplies to support military operations and other government activities. Interested vendors must submit their offers by February 3, 2025, and can direct inquiries to Tracey Grinstead at tracey.grinstead@dla.mil or Amanda Webster at amanda.webster@dla.mil for further information.
    DLA Energy - RFP_SPE60525R0206
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking proposals for the procurement of various fuel products to support military exercises in the Indo-Pacific Command (INDOPACOM) region. The solicitation, identified as RFP SPE60525R0206, includes an estimated requirement for 73,000 USG of gasoline, 44,000 USG of diesel fuel, 419,000 USG of turbine fuel aviation jet A-1, 191,000 USG of turbine fuel aviation JP8, and 1,000 USG of aviation gasoline dyed (100LL) over a five-year period. This procurement is critical for ensuring operational readiness and logistical support for military operations across multiple locations, including Guam, Japan, and the Philippines. Interested vendors must submit their proposals by December 26, 2024, at 10:00 PM EST, and can direct inquiries to Colleen Fantasia at Colleen.Fantasia@dla.mil or Kimberly Binns at Kimberly.Binns@dla.mil.
    J-85 Spraybar, Pilot Afte
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of 1,668 units of a J-85 spraybar, critical for aircraft engine manufacturing. This firm-fixed price contract allows for a minimum order of 417 units and a maximum of 2,502 units, emphasizing compliance with quality assurance standards and electronic invoicing via Wide Area Workflow (WAWF). The procurement is vital for maintaining the safety and efficiency of military operations, with a delivery deadline set for June 30, 2025. Interested contractors must submit their proposals by February 18, 2025, and can contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.
    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.
    SPE60125R0309 ABO & LN2 NORTHEAST US REG 9.1A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for a Firm-Fixed Price Requirements contract to supply Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) along with ancillary services for a five-year period from July 1, 2025, to June 30, 2030. The contract aims to fulfill the DOD's critical need for these aerospace energy products at multiple military locations across the Northeast United States, ensuring compliance with military specifications and timely delivery. The estimated quantities for ABO and LN2 are substantial, with specific delivery requirements outlined for various bases, emphasizing the importance of reliability and adherence to safety standards in military operations. Interested offerors must submit their proposals by February 21, 2025, and can direct inquiries to Carrie Harmon at carrie.harmon@dla.mil or Jessica Negron at jessica.negron@dla.mil.
    PROJECT CM24038001
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for an Indefinite Quantity Contract (IQC) for various hydraulic pumps and related components. The procurement includes specific National Stock Numbers (NSNs) for hydraulic ram pumps and vent assemblies, with a delivery schedule of 100 days for each item. These components are critical for military operations, ensuring the functionality of hydraulic systems in various applications. Interested small businesses must submit their offers via the DLA's Internet Bid Board Site by January 31, 2025, and can contact Mindy Cook at mindy.cook@dla.mil or 614-692-1798 for further information.
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Augmentor Nozzle, a critical safety item for military aircraft. The procurement aims to acquire 373 units from approved sources, specifically RTX Corporation and Soldream, Inc., with delivery expected by June 30, 2025. This contract action is essential for maintaining the operational readiness of military aircraft, and while the solicitation is not set aside for small businesses, they are encouraged to pursue subcontracting opportunities. Interested parties should note that the estimated issuance of the Request for Proposal (RFP) SPRTA1-25-R-0186 is on February 7, 2025, with a closing date of March 10, 2025. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    F-100 Afterburner Fuel Control
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Afterburner Fuel Control, as outlined in the presolicitation notice SPRTA1-25-R-1446. The procurement aims to acquire seven units of this critical safety item, with a planned delivery date on or before May 18, 2025, to the designated destination. This fuel control component is essential for aircraft and missile prime movers, underscoring its importance in military applications. Interested parties must submit their proposals electronically by March 10, 2024, and may contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further inquiries.
    DLA Energy FY25 Annual Procurement Forecast of Petroleum Acquisitions
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is announcing its Fiscal Year 2025 Annual Procurement Forecast for petroleum acquisitions, detailing the anticipated procurement of various petroleum products. The forecast includes estimates of 75.05 million barrels for bulk and PCS, 3.95 million barrels for IntoPlane, 2.03 million barrels for bunkers, and 2.41 million barrels for non-contract acquisitions, totaling approximately 83.44 million barrels. This procurement is crucial for supporting military operations and ensuring the availability of essential fuel supplies. Interested vendors should reach out to Ayodele Warburton at ayodele.warburton@dla.mil or 571-363-8969, or Kurtiss Beach at kurtiss.beach@dla.mil or (571) 767-4306 for further details.
    UNRESTRICTED; Tank, Fuel, Aircraft (T-38 A AFT Main), NSN 1560-00-739-8342, PR 7004872382
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 32 units of the Tank, Fuel, Aircraft (T-38 A AFT Main), identified by NSN 1560-00-739-8342, under Purchase Request 7004872382. The approved sources for this item include Meggitt (Rockmart), Inc., Northrop Grumman Systems Corporation, and American Fuel Cell and Coated Fabrics, with specific part numbers provided for each manufacturer. This procurement is critical for maintaining the operational readiness of aircraft, and the contract will be awarded based on a combination of price, past performance, and other evaluation factors. Interested parties should note that the solicitation is expected to be issued on or around February 19, 2025, with a closing date anticipated for March 6, 2025. For further inquiries, potential bidders can contact Christy Oakley at Christy.Oakley@dla.mil or by phone at 804-279-5388 or 804-691-3669.