ContractCombined Synopsis/SolicitationPartial Small Business Set-Aside (FAR 19.5)

SOLICITATION: SPE605-25-R-0220 (HAWAII, POSTS, CAMPS & STATIONS (PC&S) PP 3.10)

DEPT OF DEFENSE SPE605-25-R-0220
Response Deadline
Dec 23, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Partial Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Defense Logistics Agency (DLA) Energy is seeking proposals for various fuel products, including distillates and residuals, to support the Department of Defense and federal civilian agencies in Hawaii through Solicitation SPE605-25-R-0220. The procurement encompasses an ordering period from July 1, 2026, to June 30, 2029, with deliveries extending until July 31, 2029, and is structured as a fixed-price requirements contract with economic price adjustments. This opportunity is particularly significant as it ensures a reliable supply of essential fuel products for military and government operations across multiple locations in Hawaii. Interested offerors must submit their proposals by December 23, 2025, at 8:00 AM EST, and can direct inquiries to Hannah Savine at hannah.r.savine@dla.mil or Kimberly Binns at kimberly.binns@dla.mil.

Classification Codes

NAICS Code
324110
Petroleum Refineries
PSC Code
9140
FUEL OILS

Solicitation Documents

16 Files
SF1449_SPE60525R0220.pdf
PDF323 KBFeb 4, 2026
AI Summary
The Defense Logistics Agency (DLA) Energy is seeking proposals for fuel products for Department of Defense and federal civilian agencies in Hawaii through Solicitation SPE605-25-R-0220. This Request for Proposal (RFP) is a combined synopsis/solicitation for commercial items, issued as an open continuous solicitation until June 30, 2029, with an initial offer due date of December 23, 2025, at 8:00 AM EST. The contract will be a fixed-price requirements contract with economic price adjustments for an ordering period from July 1, 2026, through June 30, 2029, with an option to extend. The acquisition uses a lowest price technically acceptable (LPTA) strategy, with some line items set aside for small businesses. Offerors must register in SAM.gov, WAWF, DIBBS, and the PC&S Offer Entry Tool (OET) to submit proposals, which include pricing, technical descriptions, and various certifications.
Solicitation Hawaii_SPE60525R0220.pdf
PDF1241 KBFeb 4, 2026
AI Summary
Solicitation SPE605-25-R-0220, issued by the Defense Logistics Agency - Energy, is a Request for Proposal (RFP) for various fuel products (distillates and residuals) for Department of Defense and federal civilian agencies in Hawaii. The ordering period is from July 1, 2026, to June 30, 2029, with deliveries extending to July 31, 2029. This is an open continuous solicitation, with amendments for new requirements until June 30, 2029. Offers are due by December 23, 2025, at 8:00 AM EST. The contract type will be fixed-price with economic price adjustments, using a lowest price technically acceptable (LPTA) acquisition strategy. It is a partial small business set-aside. Offers must be submitted via the DLA Energy PC&S Offer Entry Tool (OET), with supporting documents emailed. Offerors must be registered in SAM.gov, WAWF, and DIBBS, and complete various certifications. The solicitation includes detailed clauses on economic price adjustment, packaging, inspection, and contract terms.
Attachment N - Hawaii Options Pricing Submission Spreadsheet.xlsx
Excel19 KBFeb 4, 2026
AI Summary
This government file, identified as SPE605-25-R-0220, details option line items for a procurement with specific pricing and quantity adjustments. It outlines that option line items will have a 25% increase in quantity compared to their base line items, as per FAR 52.217-6, and an ordering period from January 1, 2029, to June 30, 2029, under FAR 52.217-7. All option line items are awarded as fixed-price with economic price adjustments, and their descriptions are identical to their correlating base line items. The document provides a detailed table listing option line item numbers, correlating base line item numbers and quantities, option quantities (25% of base), and various reference prices for different products and locations, including Platts and AXXIS indices. It also includes columns for offer price per US Gallon, base reference prices with an October 16, 2024, reference date, line item differentials, and local taxes and fees. The file emphasizes that option total prices are calculated by multiplying the option quantity by the option price.
Attachment M- Small Business Subcontracting Plan Form (Dec 23).pdf
PDF4404 KBFeb 4, 2026
AI Summary
The document is not a government file but rather a placeholder message indicating that the user's PDF viewer may not be able to display the content. It suggests upgrading to the latest version of Adobe Reader and provides links for download and assistance. The message also includes trademark information for Windows, Mac, and Linux.
Attachment L - Sample Letter of Commitment and Instructions.pdf
PDF152 KBFeb 4, 2026
AI Summary
This document outlines the required content for a supplier commitment letter in response to a federal government solicitation, SPE605-25-R-0220. It specifies that if an offeror is awarded a contract, the supplier must detail the volumes and specifications of products, points of delivery, contract performance period, and applicable escalation provisions. The letter also requires a statement confirming the supplier's agreement to the solicitation's delivery and inspection terms and conditions. This format ensures that all necessary information, as derived from clause L2.07 EVIDENCE OF RESPONSIBILITY (DLA ENERGY JULY 2019), is clearly stated to support the offeror's proposal.
Attachment K - PCS OET Vendor Guide.pdf
PDF1531 KBFeb 4, 2026
AI Summary
This document outlines the DLA-Energy PCS OET Quick-Start Guide for vendors bidding on fuel solicitations. It details the registration process via the DLA-Energy Account Management and Provisioning System (AMPS), followed by obtaining login credentials for PCS OET. The guide covers logging in, verifying company information, and selecting purchase programs under “My Account.” It further explains the offer entry process, including selecting line items, filtering options, and entering bid data. The crucial steps of submitting bids, attaching required PDF bid packages with contracting and payment information, and confirming submission are also covered. The document emphasizes checking FedBizOps for amendments and the ability to update bids until the closing time. This guide ensures vendors understand the necessary steps for submitting bids effectively within the DLA-Energy system.
Attachment J - Requesting the OET Vendor Role in AMPS Guide.pdf
PDF2199 KBFeb 4, 2026
AI Summary
The document outlines the process for external vendors and contractors to request the Offer Entry Tool (OET) Vendor role within the new AMPS system. This role is crucial for vendors to submit offers via the OET. The guide details steps including logging into AMPS, accepting the DLA Privacy Act Statement, updating user information to specify 'Vendor' as the User Type and 'DLA External' as the Organization Name, and selecting the 'OET 100 Vendor' role under 'Energy Applications' and 'Energy OET'. A justification for access, such as being a vendor wishing to submit offers, is required. The process concludes with a review of request details, submission, and receipt of a confirmation email with a System Authorization Access Request (SAAR) number.
Attachment I - AMPS Role Guide.pdf
PDF1182 KBFeb 4, 2026
AI Summary
This document outlines the registration process for external users of the AMPS (Automated Material Management System) portal, a U.S. Government property from 2015. It details the steps for various user types, including federal agency users, contractors, suppliers, vendors, and the public, emphasizing the specific requirements for each. The registration process involves preparing a strong password with strict criteria (15-32 characters, alphanumeric, special characters, no personal info), setting answers to three security questions, and providing detailed personal and contact information. Federal agency users and contractors must also provide information for a Security Officer and Supervisor, who approve role requests. The document guides users through accessing the AMPS gateway, selecting their user type, accepting privacy statements, and reviewing their information before creating an account. It also differentiates between smart card users (CAC, PIV) and non-smart card users, providing specific instructions for each authentication method.
Attachment H - Fuel Sourcing Data Sheet.pdf
PDF231 KBFeb 4, 2026
AI Summary
The document,
Attachment G - Quality Assurance Provisions E-QAPs.pdf
PDF18807 KBFeb 4, 2026
AI Summary
The provided government file, likely an attachment or cover page for a larger document related to federal government RFPs, federal grants, or state/local RFPs, consists solely of instructions for opening a PDF portfolio. It directs users to open the document in Adobe Acrobat X or Adobe Reader X, or later versions, for the best experience. The file also includes a link to download Adobe Reader. The main purpose of this document is to guide the user on how to access and view the primary content of the PDF portfolio, indicating that the actual substance of the government initiative is contained within the linked PDF. This file serves as a preliminary instruction sheet rather than a substantive government document itself.
Attachment F - Quality Assurance Provisions C-QAPs.pdf
PDF4943 KBFeb 4, 2026
AI Summary
The provided file is a minimal PDF portfolio instruction, stating that for the best experience, the user should open the PDF portfolio in Acrobat X or Adobe Reader X, or later. It also includes a prompt to
Attachment E - Alt Escalator Company Posting 12 Month History Spreadsheet.xlsx
Excel12 KBFeb 4, 2026
AI Summary
The document SPE60525R0220 appears to be a schedule or log of dates from May 1, 2024, to April 30, 2025, associated with three generic
Attachment D - Alt Escalator Posting History Instruction Worksheet.pdf
PDF247 KBFeb 4, 2026
AI Summary
The Posting History Worksheet, Attachment D for RFP SPE605-25-R-0220, outlines instructions for offerors to provide detailed pricing history. For each proposed posting or publication, offerors must provide their company name, line item number, product, and delivery location. The worksheet requires the name of the company posting and the product/location for which the posted price applies. Key financial data includes the posted or published price on the U.S. Government's base reference date of May 1, 2025, exclusive of taxes. Additionally, offerors must calculate and provide the average posting price for the 12 months preceding the base reference date (January 1, 2024, to December 31, 2024). An accompanying spreadsheet must be completed to show the effective price for each day during this 12-month period, with entries only required when a new price takes effect.
Attachment C -Hawaii Govt Preferred BRP Indexes and Escalators.pdf
PDF544 KBFeb 4, 2026
AI Summary
The document SPE60525R0220 outlines a comprehensive fuel procurement plan across various military and government entities in Hawaii, including the USAF, Navy, Army, USMC, ARNG, USCG, and VA. It details 62 line items for different fuel types such as Diesel Fuel (DS2, DSS), Gasoline (MUR), Turbine Fuel (JAA), Ethanol (E85), and Biodiesel (BDI). The requested quantities range significantly, with the largest being 2,000,000 units of Turbine Fuel for the Army in Hilo and 1,721,000 units of Ethanol for the Navy in Pearl Harbor. Each line item specifies the quantity, material group, delivery address (street, city, state, postal code, district), sub mode of transport, service formula description, base reference price, and escalator date of May 1, 2025. Locations include Joint Base Pearl Harbor-Hickam, Waimanalo, Kekaha, Pearl Harbor, Fort Shafter, Waianae, Wahiawa, Kapolei, Hilo, Pearl City, Schofield Barracks, Honolulu, Wailuku, and Kaneohe. The document highlights the diverse fuel needs and logistical complexities of government operations across the Hawaiian islands, underscoring the importance of a robust supply chain for military readiness and operational support.
Attachment B -Hawaii Small Business Set-Asides.pdf
PDF630 KBFeb 4, 2026
AI Summary
The government solicitation SPE605-25-R-0220 details the procurement of various fuel types, including gasoline, diesel fuel (DS2, DSS), ethanol fuel (E85), biodiesel (BDI), and ethanol-free midgrade unleaded (EFM), for different military branches and government agencies across Hawaii. The request specifies quantities, delivery locations (street addresses, cities, and postal codes), districts, and modes of transport. Each fuel type has a corresponding base reference price and an escalator date of May 1, 2025. The document highlights the distribution of fuel to numerous facilities, including air force bases, naval stations, army garrisons, coast guard stations, and other Department of Defense and Veterans Affairs sites throughout various Hawaiian counties.
Attachment A - Schedule Of Supplies.pdf
PDF386 KBFeb 4, 2026
AI Summary
The document, Solicitation SPE605-25-R-0220, outlines the quality technical provisions for various fuel types required at Hawaii Posts, Camps & Stations (PC&S) from July 1, 2026, to June 30, 2029. The solicitation details requirements for automotive gasoline, aviation gasoline, turbine fuel, ethanol fuel (E85), biodiesel, and diesel fuel (DS2 and DSS). Each fuel type specifies relevant Quality Assurance Provisions (QAPs) and, for some, non-government standards like ASTM. The document lists multiple delivery locations across Hawaii, including Wake Island, Bellows AFS, Barking Sands, Pearl Harbor Naval Shipyard, Fort Shafter, and Kaneohe Bay, among others. For each item, the quantity in gallons, period of performance, delivery identification, address, service code (USAF, NAVY, USMC, DOD), mode of transport (Tank Truck, Tank Wagon, Drums), tank capacities, and specific delivery notes are provided. These notes often include details on delivery hours, access requirements (e.g., military base access, security clearance, U.S. citizenship for drivers), special handling instructions (e.g., seals, placards), and documentation requirements such as metered delivery tickets and fuel lab reports or Certificates of Analysis. Several items are explicitly marked as "Will not be used."

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 4, 2025
amendedLatest AmendmentFeb 4, 2026
deadlineResponse DeadlineDec 23, 2025
expiryArchive DateMar 20, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA ENERGY

Point of Contact

Name
Hannah Savine

Place of Performance

UNITED STATES

Official Sources