Rocky Mountain /West Coast / Offshore Program
ID: SPE602-25-R-0705Type: Solicitation
Overview

Buyer

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

NAICS

Petroleum Refineries (324110)

PSC

LIQUID PROPELLANTS AND FUELS, PETROLEUM BASE (9130)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
    Description

    The Defense Logistics Agency (DLA) Energy is soliciting offers for the Rocky Mountain / West Coast / Offshore Program, focusing on the supply of various bulk petroleum products, including naval distillate (F76) and aviation turbine fuels (JA1, JAA), to military installations. This procurement is open to unrestricted competition with a partial small business set-aside, emphasizing the importance of compliance with federal regulations and quality assurance provisions throughout the bidding process. The successful contractor will be responsible for ensuring timely delivery and adherence to specific delivery conditions, with submissions required via the Bulk Offer Entry Tool (OET). Interested parties can contact Donnie Conner II at Donnie.Conner@dla.mil or 571-992-3642 for further details, with the solicitation available for review in the associated documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procedures for submitting offers using the Bulk Offer Entry Tool (OET) for government solicitations, especially concerning bulk fuels. It emphasizes that it is mandatory to use the OET for submissions, detailing the steps to create an account, including role requests and CAGE code requirements. The submission process allows for multiple PDF attachments with specific guidelines for electronic signatures and adherence to the System for Award Management (SAM) names. The document also explains the protocol regarding repeated submissions of attachments and the importance of providing accurate map coordinates for transportation rate calculations. Additionally, it warns against third-party registration fees for SAM, which the U.S. Government does not charge. This guidance is integral for potential offerors to successfully navigate and comply with federal procurement processes, ensuring timely and correct submissions in competitive bidding scenarios.
    The Bulk Bid Evaluation Model (BEM) document outlines a procurement framework for large volumes of petroleum products, emphasizing cost efficiency and socio-economic considerations in federal contracts. Key features of the model include optimization techniques for minimizing laid down costs, which integrates various factors such as product price, transportation, and storage costs. The BEM operates through a structured evaluation process involving initial, interim, and final offer rounds, culminating in a minimum cost evaluation sheet. Special provisions for small businesses and socio-economic programs like 8(a) reservations and HUBZone premiums are incorporated to promote inclusivity in federal procurements. The document serves as a tool for evaluating bids based on both offered price and total laid down costs, highlighting its role in the procurement process for government contracts. Contact information for further inquiries is provided, enhancing accessibility for interested parties.
    The document issued by the Defense Logistics Agency Energy outlines requirements related to the traceability and certification of F-76 fuel and synthetic paraffinic materials supplied under federal contracts. It emphasizes the need for a signed statement affirming that the fuel complies with the composition standards specified in MIL-DTL-16884, stating that no unauthorized materials or additives have been introduced during production. Additionally, participants must provide details regarding the sourcing and methods used in the production of synthetic materials, particularly those derived from Fischer-Tropsch or Hydroprocessed Renewable Diesel processes, assuring no alterations have been made since the last certificate of analysis (COA). This framework ensures that the quality and safety of fuels supplied for government use are maintained, adhering to rigorous standards and responsible sourcing practices. The document serves a critical role in government contracting, ensuring accountability and integrity in fuel supply operations.
    The document outlines addenda to FAR 52.212-4, which pertains to federal contract provisions. It specifies enhanced requirements for inspection and acceptance, including compliance with Quality Assurance Procedures (QAPs) referenced in the solicitation. Additionally, it notes that changes to the contract can be made unilaterally, following FAR 52.243-1 guidelines. It clarifies that the contract price encompasses all applicable taxes and duties, except those explicitly excluded in the solicitation's texts. Moreover, it expands the grounds for termination for cause to include specific terms identified in Section I. Overall, this addenda serves to refine contract terms associated with federal procurement processes, ensuring clarity on inspection, taxation, changes, and termination.
    The Offer Entry Tool (OET) is a web-based application developed for the submission of proposals to the Defense Logistics Agency (DLA) Energy regarding petroleum products. It is mandatory for several bulk purchase programs, including ones in various U.S. regions like the Inland East Gulf and Western Pacific. The OET consists of several submission rounds: an initial, several optional interim rounds, and a final proposal revision phase. Users are required to create an account linked to their CAGE code, which is obtainable through SAM.gov. Access can take 1-2 weeks and requires periodic log-ins and password updates to maintain security. The OET includes three main components: user account management, offer details for bid evaluation, and the offer submission package that includes necessary clauses and conditions. Best practices emphasize submitting complete offers promptly to avoid errors, and users are advised to maintain accurate account information. For assistance, resources such as user manuals and a dedicated help desk are provided. The purpose of the OET aligns with the government’s objective to streamline procurement processes while ensuring compliance and clarity in submissions for energy-related contracts.
    The document serves as an introductory briefing on the federal and state RFPs and grants opportunities available to prospective bidders. It outlines the objectives of government initiatives aimed at enhancing public services through partnerships with private entities. Key elements include a detailing of eligibility criteria, application procedures, and funding limits associated with various federal grant programs. Moreover, the document emphasizes the importance of compliance with federal regulations and reporting requirements that govern grant allocations and the RFP process. It also addresses the timeline for submission and evaluation, ensuring transparency and fairness in selecting proposals. This summary encapsulates the essential information for organizations seeking to engage with governmental funding opportunities, emphasizing a structured approach to submitting proposals that meet the outlined criteria and requirements. Overall, the document reflects the government's strategy to foster collaboration and innovation through competitive bidding and grant allocation.
    This document provides instructions for obtaining and formatting pier-side coordinates required for submission to the Office of Environmental Technology (OET) as part of government processes related to RFPs and grants. It outlines a step-by-step method using Google Maps, including switching to satellite view and locating the specified shipping point, exemplified by DFSP Craney Island, VA. Users are instructed to double-click on the pier for precise coordinates, convert them to the necessary format by removing decimal points, and use correct expressions like degrees, minutes, and seconds for evaluations. Additionally, the document details how to create a degree symbol in Microsoft Word, offering keyboard shortcuts for ease of use. Overall, these instructions ensure accurate geographic data submission, which is critical for compliance in federal and state-level solicitations and contracts.
    The document titled "OET – OSP Crosswalk" serves as a guide for evaluating offers submitted in response to federal RFPs and grants. Compiled by Sean Lucas in February 2025, it outlines the necessary components and structure for offer submissions, detailing how to correlate the Offer Evaluation Tool (OET) with the Offer Submission Package (OSP). The file is organized into multiple sections that address various components of the offer, including the Origin Offer Sheet, Offer Conditions, and specific offer submission data across multiple fields. It provides a systematic approach to ensure that all relevant information is captured accurately, facilitating effective evaluation and compliance with government standards. This crosswalk is crucial for stakeholders involved in the procurement process, helping to streamline submissions and promote accuracy in fiscal management. Ultimately, it aims to enhance partnerships and operational effectiveness within federal and state contracting environments.
    This document outlines the requirements for electronic fund transfers for contractors working with DLA Energy. Contractors must submit bank details to the Contracting Officer within five days post-contract award, ensuring the bank can handle Federal wire transactions via SWIFT or IBAN. Any changes to the designated bank account must be communicated 30 days prior to implementation. The document also details various representations required of offerors, including compliance with telecommunications provisions, tax liabilities, and the prohibition on contracting with certain entities under federal law. Key definitions like covered telecommunications equipment and economic purchase quantities are provided. It emphasizes the necessity for transparency regarding ownership, operations in restricted areas, use of sensitive technology, and compliance with federal regulations affecting contracting. The document serves to protect government interests while facilitating efficient contract management processes.
    The document provides instructions for accessing a PDF portfolio that contains various federal, state, and local Requests for Proposals (RFPs) and grants. It emphasizes the need to use Adobe Acrobat X or Adobe Reader X, or later versions, to ensure optimal viewing and interaction with the content. The guidance suggests that users may experience difficulties in accessing the files if they attempt to use outdated software. The primary purpose of the document is to facilitate the effective engagement with government RFPs and grants, underscoring the importance of using compatible technology for a seamless experience. Overall, it serves as a technical advisory to ensure users can navigate essential resources without encountering software-related issues, which is critical in the context of managing federal grants and local proposals effectively.
    The document, currently inaccessible due to technical issues, appears to concern federal government RFPs (Requests for Proposals), federal grants, and state and local RFPs. Although the specifics are unknown, such documents typically outline funding opportunities for various projects and initiatives aimed at improving public services or infrastructure. They provide essential details including eligibility criteria, application processes, funding amounts, project timelines, and expected outcomes. This information is crucial for organizations seeking financial support from government sources. By articulating clear guidelines and requirements, such files facilitate the transparent allocation of public funds. They serve as a foundational resource for vendors, nonprofits, and state agencies in their pursuit of government contracts and grant applications, ultimately aiming to enhance community and governmental functions. The structure likely includes sections on submission formats, evaluation criteria, and contact information for queries, designed to guide applicants through the proposal process.
    The document outlines the framework for Equal Value Exchanges (EVE) of fuel under the Defense Logistics Agency Energy (DLA Energy) contract SPE602-25-R-0705. An EVE allows the exchange of equal value petroleum products, recognizing variable market values and price volatility. Each exchange will involve a separate EVE agreement that adheres to the initial contract’s terms while including specific conditions pertinent to the exchange. Key elements of the EVE agreement template include type and specifications of fuel products being exchanged, estimated quantities, market reference prices, exchange locations, and methods of shipment. It also specifies payment terms—monetary exchanges are restricted, and any quantity imbalances at delivery will be settled based on market prices. Additional requirements include the Exchange Partner providing security through prepayment or a letter of credit. The agreement remains in effect until the exchange is completed, with provisions for modification. This framework aims to facilitate efficient global exchange of fuel resources to meet urgent requirements while ensuring transparency and accountability in transactions.
    The synopsis outlines the annual bulk fuel procurement for the Rocky Mountain/West Coast/Offshore (RMW) regions under Sources Sought Notice SPE602-25-R-0705 for 2025. The procurement will cover various military bases, with estimated quantities including Aviation Turbine Fuels and Naval Distillate, totaling over 1.8 billion gallons. The Defense Logistics Agency (DLA) Energy aims to enhance small business participation, reserving approximately 30.81% of the procurement for small businesses. The ordering period will extend from the award date to September 30, 2025, while the delivery period spans from October 1, 2025, to September 30, 2026, utilizing various delivery methods. The solicitation, to be released online in January 2025, will require electronic submissions through the Bulk Offer Entry Tool (OET). Interested parties are encouraged to submit proposals, with contacts provided for inquiries. This document aims to facilitate the procurement process while supporting small business involvement in federal contracts.
    This document is a solicitation from the Defense Logistics Agency (DLA) Energy for the supply of various bulk petroleum products, including naval distillate (F76) and aviation turbine fuels (JA1, JAA), to specified military installations. The acquisition is open to unrestricted competition and includes provisions for small business participation. The document outlines the requirements for offer submissions, evaluation criteria, and specific delivery conditions, such as FOB destination and necessary access procedures. It includes mandatory systems for submission like the Bulk Offer Entry Tool (OET) and the System for Award Management (SAM), while highlighting transportation evaluation penalties. Several key sections detail quality assurance provisions, evaluation process for tanker and barge delivery methods, and the necessity for compliance with naval security assessments. Furthermore, it specifies total quantities needed for various fuel types, their delivery points, and addresses to ensure clarity for bidders. This solicitation reflects the government's ongoing effort to procure necessary fuel supplies efficiently while encouraging participation from small businesses, ensuring compliance with federal regulations, and specifying critical quality control measures to maintain operational readiness.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Information for Direct Delivery Fuel- COG 8
    Buyer not available
    The Defense Logistics Agency (DLA Energy) is seeking small businesses capable of supplying ground fuel requirements for various locations in Idaho, Montana, Oregon, and Washington through a Request for Information (RFI) titled SPE605-25-RFI-1004. The procurement is a 100% Total Small Business Set-Aside, aiming to gather information on suppliers who can provide approximately 20 million gallons of various fuel types, including Aviation Gas, biodiesel, and different grades of diesel and gasoline, across 187 line items. This initiative underscores DLA Energy's commitment to supporting small businesses while ensuring a reliable fuel supply for defense operations. Interested parties must submit a Capability Package detailing their qualifications by February 25, 2025, and can contact Ashley Koritzer at Ashley.Koritzer@dla.mil 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.
    DLA ENERGY AEROSPACE JP-10 AND PF-1
    Buyer not available
    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.
    COG 3 PC&S Fuel Program 3.23 Basic Agreement SPE605-20-R-0233
    Buyer not available
    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).
    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.
    See Amendment 5; SPE605-24-R-0204 DLA Energy Posts, Camps & Stations (PC&S) Japan PP 1.8G
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking proposals for the procurement of various fuel products, specifically for military installations in Japan, under solicitation SPE605-24-R-0204. The contract encompasses a range of fuel types, including automotive gasoline and aviation turbine fuel, with delivery expected to commence from July 1, 2024, and continue through June 30, 2029. This procurement is critical for ensuring a reliable fuel supply to support U.S. military operations in the region, reflecting the importance of maintaining operational readiness. Interested vendors must submit their offers by March 11, 2024, and can direct inquiries to Mary Katherine Richardson at MARY.K.RICHARDSON@DLA.MIL or Candy Cross at CANDY.CROSS@DLA.MIL for further assistance.
    Direct Supply of Natural Gas US West Region - SPE604-25-R-0401
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the direct supply of natural gas to various Department of Defense and federal civilian installations in the West Region of the United States, under solicitation number SPE604-25-R-0401. Offerors are required to provide detailed past performance information and comply with federal regulations, including representations and certifications, to ensure transparency and accountability in the procurement process. This procurement is critical for maintaining reliable energy supplies for government operations, with a delivery timeline set from October 1, 2025, to September 30, 2027. Interested parties must submit their proposals by March 20, 2025, and can reach out to Johnny McDonald Jr. at johnny.mcdonald@dla.mil or 571-767-0946 for further inquiries.
    SEE AMENDMENT 1 Australia PC&S Solicitation
    Buyer not available
    The Defense Logistics Agency (DLA) Energy, part of the Department of Defense, is seeking proposals for the supply of various fuels, including premium gasoline, aviation gasoline, and diesel fuel, for U.S. military operations in Australia. This procurement covers a performance period from July 1, 2025, to June 30, 2030, and emphasizes the need for reliable fuel supplies to support military readiness and operations in the region. Contractors are required to submit proposals with firm pricing for 240 days, and the evaluation will focus on technical acceptability and cost, with separate awards for each contract line item. Interested vendors must submit their proposals by February 14, 2025, and can contact Omar Joyce at omar.joyce@dla.mil for further information.
    29--PUMP,FUEL,METERING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of fuel metering pumps under a total small business set-aside. This solicitation aims to acquire essential engine accessories that are critical for various military applications, ensuring operational efficiency and reliability. Interested vendors are encouraged to direct any inquiries regarding this solicitation to the designated buyer via email at DibbsBSM@dla.mil, with further details available through the DLA's solicitation portal. The procurement process is governed by FAR 19.5, emphasizing the commitment to small business participation in federal contracting.
    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 a federal contract titled "FUEL CONTROL, MAIN, T" to supply fuel control components. The procurement aims to establish a firm fixed-price arrangement that emphasizes on-time delivery and compliance with a Required Delivery Schedule, necessitating vendors to propose realistic delivery timelines and maintain supply chain traceability. These components are critical for military operations, ensuring the reliability and efficiency of engine fuel systems. Interested vendors should contact Joseph Hatler at joseph.hatler@us.af.mil or call 385-519-8149 for further details regarding the submission process and compliance requirements, which include adherence to military packaging standards and electronic payment processing through the Wide Area Workflow system.