RAF Fairford Fuels and Marshalling Services
ID: FA557025R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5570 501 CSW RCOAPO, AE, 09470-5720, USA

NAICS

Other Airport Operations (488119)

PSC

OPERATION OF FUEL SUPPLY FACILITIES (M1NA)
Timeline
  1. 1
    Posted Mar 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 12:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Fuels and Marshalling Services at RAF Fairford, United Kingdom. The contractor will be responsible for the operations and maintenance of fuel storage facilities, hydrant facilities, and aircraft marshalling, ensuring compliance with U.S. Government protocols and environmental management standards. This procurement is critical for supporting military operations and logistics, with a contract period from May 1, 2025, to April 30, 2030, and a potential extension through 2029. Interested contractors must submit their proposals electronically by April 1, 2025, and can direct inquiries to Jason D. Falkner at jason.falkner@us.af.mil or Graham Staudt at graham.staudt@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 12:06 PM UTC
The Request for Proposal (RFP) FA557025R0001 outlines the submission guidelines for the RAF Fairford Fuels and Marshalling project managed by the 501st Regional Contracting Office. The proposal evaluation will follow a Highest Technically Rated Offerors (HTRO) approach with Minimum Technical Threshold Ratings (MTTR). Offerors must adhere strictly to all compliance measures outlined, including a clearly structured proposal that avoids any embellishments. Key components include contacting the designated Procurement Contracting Officer for any clarifications by March 1, 2025, and submitting proposals electronically by April 1, 2025. The document specifies the organization of proposals into four volumes: Volume I focuses on an Executive Summary, Volume II on Technical Experience, Volume III on Past Performance, and Volume IV on Contract Documentation. Each section has detailed requirements regarding contents and formatting, ensuring clarity and compliance. Offerors are required to provide supporting work samples, past performance information, and certifications proving their capabilities and qualifications. The structure prioritizes organized submissions that substantiate claimed experiences to facilitate effective evaluation by the government.
The document FA557025R0001, Appendix A outlines the requirements for providing information on corporate relationships and structures associated with a federal request for proposal (RFP) by the government. It specifically requests details from offerors, including the name of the company, its address, the nature of its relationship to the prime contractor, and the relevant work sample(s). Fields for the offeror's name, cage code, and UEI are present, indicating a need for accurate documentation to validate qualifications and affiliations relevant to the RFP. This structured approach is aimed at fostering transparency concerning the organizational dynamics among contractors and ensuring that all proposed participants in the offer possess valid credentials and substantial experience to support the proposal. This document serves as a guideline to ensure compliance and accountability within the proposal submission process for federal grants and related projects.
Apr 4, 2025, 12:06 PM UTC
The Work Sample Cover Sheet is a structured document required from offerors participating in federal government RFPs, federal grants, and state/local RFPs. It consists of three main parts: identification, contact information, and project description. Part I mandates details such as contractor name, contract number, task order number, subcontract number, customer information, period of performance, work sample value, and a unique identifier for the work sample. Part II requires the submission of contact information for the Contracting Officer and the Contracting Officer’s Representative, ensuring at least two points of contact are provided for verification purposes. Part III is designated for a concise project description that highlights the nature of the work completed, with a two-page limit. Additionally, offerors are advised to mark any non-applicable sections clearly. This document serves to standardize the submission of work samples, aiding in the evaluation process by providing essential details and points of contact, thereby facilitating smoother transactions in the procurement of government services and products.
The RAF Fairford & Welford solicitation (No. FA557025R0001) seeks qualified prime contractors to provide marshalling services and fuels operations. The document outlines specific sections for evaluation, including relevant experience in marshalling, staffing capabilities, emergency support, and fuels experience, with a maximum score of 19,400 points and a minimum requirement of 17,000 points to qualify. Each section defines criteria for assessing an offeror's past performance on similar projects, requiring detailed evidence of experience and certifications related to marshalling and fuels operations, applicable within the last ten years. Additional focus is on personnel qualifications, emergency operational readiness, and geographic expertise, particularly within the United Kingdom. Contractors must demonstrate familiarity with U.S. Government protocols and environmental management standards. This RFP emphasizes the importance of past performance and certifications in both marshalling services and fuel operations, facilitating a thorough and competitive selection process in meeting defense-related logistical support needs.
The provided document is the "Past Performance Information Sheet," which is part of the requirements for federal government solicitations, particularly Request for Proposals (RFPs). It is structured into three main parts: identification of past performance, points of contact for verification, and a narrative description of the past performance. Offerors must detail relevant contractor information, including their name, contract number, performance period, and work sample value. They must also identify contacts such as the contracting officer and representative for validation of the provided work samples. The narrative section allows offerors to describe their performance, addressing any challenges faced and the management strategies employed to resolve issues. This information is essential for assessing the reliability and competency of potential contractors, informing decision-makers on past performance when awarding contracts. The document aims to ensure clarity and rigor in evaluating offeror qualifications, thereby promoting effective government procurement practices. Overall, these requirements aim to uphold accountability and performance standards within federal contracts.
Apr 4, 2025, 12:06 PM UTC
The Performance Work Statement (PWS) outlines the contract requirements for Fuels Management and Marshalling Services at the United States Air Forces in Europe, Royal Air Force Fairford, UK, for the period from May 1, 2025, to April 30, 2030. It details specific operational responsibilities, including aircraft marshalling, fueling operations, maintenance, staffing, training, safety measures, and compliance with both U.S. and local regulations. The contractor is responsible for providing qualified personnel, equipment, and various support services that meet mission needs throughout the specified contract period. Key requirements include conducting flights operations support, ensuring safety and environmental compliance, managing inventory and fuels, maintaining quality control standards, and being prepared for contingencies. Additionally, it emphasizes the importance of regular inspections, administration, reporting data submissions, and complying with documented procedures and training. Contractors must coordinate all communications efficiently, contribute to mission-essential services, and develop transition plans for staffing and equipment. This comprehensive PWS serves to set expectations for contractors while ensuring operational readiness and compliance with military standards.
Apr 4, 2025, 12:06 PM UTC
The RFP FA557025R0001 outlines the criteria for awarding a contract for fuels and marshalling services at RAF Fairford. The selection process will follow the Highest Technically Rated Offeror (HTRO) method, focusing on technical experience and past performance without evaluating price. Offerors must meet a Minimum Technical Threshold Rating (MTTR) set at 17,000 points to be considered. Proposals are required to be fully compliant with all solicitation requirements, and any unsubstantiated claims may lead to significant score reductions. The evaluation methodology includes two main factors: Technical Experience, assessed through relevant marshalling and fuels operations experience, certifications, staffing, and geographic expertise, and Past Performance, which evaluates the past work quality based on recent and relevant contracts. The Government aims to determine if an Offeror has a reasonable expectation of successfully performing the required efforts, relying on various sources of past performance information. Only a single award will be made to the Offeror meeting all technical criteria, with the process emphasizing the validity of claims presented by Offerors. This RFP exemplifies rigorous government contracting standards aimed at ensuring qualified service delivery while maintaining objectivity in the evaluation process.
Apr 4, 2025, 12:06 PM UTC
The RAF Fairford Fules and Marshalling solicitation outlines requirements for contractors interested in providing services related to aircraft marshalling and fuel operations. The document details the criteria for evaluation, emphasizing relevant construction experience, staffing qualifications, emergency support, fuel operations, certifications, and geographic expertise. Key deliverables include specifications on prior experience with aircraft arrival services, staffing for marshalling, emergency support, and fuel operation management. Contractors must demonstrate their ability to maintain product storage, perform cryogenics functions, and conduct inventory management. Additionally, they are required to supply qualified personnel and obtain necessary certifications in marshalling, fuels operations, and safety. The evaluation process assigns point values to submissions based on demonstrated experience and certifications, using a structured matrix to assess qualifications. Contractors must also clarify their responses, including specifics of prior projects, in relation to the detailed requirements set forth in the solicitation. The overarching goal is to ensure qualified, experienced contractors can effectively support military operations at RAF Fairford while meeting safety and regulatory standards.
Apr 4, 2025, 12:06 PM UTC
The document outlines the request for proposals (RFP) for a contract aimed at providing commercial products and services to support women's-owned small businesses (WOSB). It specifies a labor requirement for aircraft refueling and marshalling services to be delivered to the 420th Air Base Squadron at RAF Fairford, UK, running from May to October 2025, with options for further extension to 2029. The RFP emphasizes the need for compliance with federal acquisition regulations and details various requirements including pricing arrangements, inspection processes, and contract administration data. The scope includes labor for multiple roles within the fuel distribution system and aircraft marshalling, with a firm fixed price arrangement. It mandates adherence to government guidelines for contract execution, personnel requirements, and safety protocols during operations outside the United States. Key personnel must receive prior security checks, medical evaluations, and law of war training before deployment. The document solely focuses on formal procurement standards while ensuring that the overarching government policies regarding veteran and women-owned businesses are prioritized. This solicitation not only illustrates the government's intent to support specific business demographics but also highlights stringent adherence to operational, safety, and compliance requirements within federal contracting frameworks.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Tri-Base Area Construction Basic Ordering Agreement
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the Tri-Base Area Construction Basic Ordering Agreement (BOA) to perform various construction projects at RAF Lakenheath, RAF Mildenhall, and RAF Feltwell in the United Kingdom. The procurement aims to establish a framework for general construction, renovations, and maintenance services, ensuring compliance with U.S. and UK construction standards, health, safety, and environmental regulations. This BOA is crucial for maintaining and enhancing military infrastructure, with task orders to be competitively awarded based on pricing and quality criteria. Interested contractors should contact Mr. Roger Morris at roger.morris.7@us.af.mil or call 01638 522 394 for further details, and applications will be accepted on a rolling basis until the solicitation closes.
Static Aircraft Display Restoration - F100D
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the restoration of a static F-100D aircraft display at RAF Lakenheath, United Kingdom. The project requires contractors to provide all necessary tools, personnel, and services to clean, repair, repaint, and protect the aircraft, ensuring compliance with both U.S. and U.K. regulations while maintaining historical accuracy. This initiative underscores the importance of preserving military heritage and ensuring the effective maintenance of historical displays on military installations. Interested contractors must submit their quotes by April 7, 2025, following a site visit scheduled for March 27, 2025, and can direct inquiries to A1C Maxim Popov at maxim.popov@us.af.mil or MSgt Jaime Compean at jaime.compean@us.af.mil.
Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Laughlin AFB, TX and Randolph AFB, TX
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Laughlin Air Force Base (AFB) and Randolph AFB in Texas. The procurement aims to secure fuel management services, including receipt, storage, transfer, issuance, and accounting of fuel products, ensuring quality control and environmental compliance over a four-year base period from January 1, 2026, to December 31, 2029, with an option for an additional five years. This contract is crucial for maintaining operational readiness and efficiency in military fuel services, emphasizing adherence to quality assurance standards and labor regulations as outlined in associated wage determinations and performance work statements. Interested contractors should submit their proposals, specifying their location of interest, and can contact Kamilah Coleman at Kamilah.Coleman@dla.mil or 445-737-5083 for further information.
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 secure various types of fuels, including distillate fuel and turbine aviation fuels (JP5, JP8, and JA1), to support military operations across multiple locations within the AEM geographic area. The contract will cover a delivery period from July 1, 2025, to June 30, 2026, with a total estimated purchase of approximately 726 million gallons of fuel, emphasizing compliance with safety and quality standards. Interested vendors must submit their proposals electronically via the Bulk Offer Entry Tool (OET) by January 14, 2025, at 3 PM EST, and can direct inquiries to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.mil.
RAF Mildenhall Transition Assistance Program (TAP) Data Entry / Front Desk Clerk
Buyer not available
The Department of Defense, specifically the 48th Contracting Squadron at RAF Lakenheath, is seeking sources for a Transition Assistance Program (TAP) Data Entry / Front Desk Clerk position at RAF Mildenhall, United Kingdom. The role involves providing non-personal services, including front desk operations, managing telephone communications, greeting clients, scheduling appointments, and maintaining records for transitioning military personnel and their families, as outlined in the Performance Work Statement (PWS). This contract is crucial for supporting military families and ensuring effective program delivery, spanning 12 months with potential for three additional option periods. Interested companies must submit their responses electronically to the primary contacts by April 9, 2025, at 1200 London Time, with no funding currently available for this RFI process.
J-85 Spraybar, Pilot Afte
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of J-85 Spraybar items, with an estimated total quantity of 5,221 units. This procurement is critical for maintaining aircraft engine performance, as the J-85 Spraybar is an essential component in aircraft fuel systems. The Request for Proposal (RFP) is scheduled to be issued on April 16, 2025, with a closing date for proposals set for May 19, 2025. Interested parties should note that there are no small-business set-asides, and proposals must be submitted within 30-45 days post-publication; for further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
Universal Fuel Accessories Test Stand (UFATS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of a Universal Fuel Accessories Test Stand (UFATS) to be installed at Tinker Air Force Base in Oklahoma. The UFATS must be a new and unused system designed using advanced technology to validate various aerospace components, adhering to stringent specifications and safety protocols outlined in the Statement of Work (SOW). This procurement is critical for ensuring the operational readiness and maintenance of aircraft systems, emphasizing compliance with government and industry standards. Interested contractors, particularly small businesses, must submit their proposals by April 7, 2025, at 1:00 PM CST, and are required to acknowledge receipt of solicitation amendments and comply with export control requirements, including signing a Non-Disclosure Agreement (NDA) for access to controlled documents. For further inquiries, contractors can contact Tran Tran, the Procurement Contracting Officer, at Tran.Tran.1@us.af.mil.
F100-220/229 Staged and Unstaged Fuel Nozzles
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of F100-220/229 staged and unstaged fuel nozzles, with a focus on meeting both U.S. Air Force and Foreign Military Sales requirements. This procurement involves a full and open competition with qualification requirements, and the contract will be structured as a firm fixed price covering five one-year ordering periods. Interested suppliers must be approved sources prior to the solicitation closing date, with First Article Testing required for new sources, and electronic proposals will be accepted. The estimated issue date for the Request for Proposal is April 14, 2025, with a closing date of May 14, 2025; for further inquiries, interested parties can contact William Heckenkemper at william.heckenkemper@us.af.mil.
Creech AFB & Nevada Test and Training Range Propane IDIQ
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for a contract to provide propane delivery services at Creech Air Force Base (AFB) and the Nevada Test and Training Range (NTTR). The contractor will be responsible for delivering approximately 350,000 gallons of propane to Creech AFB and 11,500 gallons to NTTR, ensuring continuous operation of heating and hot water systems, with urgent delivery capabilities within 24 hours. This procurement is crucial for maintaining operational readiness and compliance with safety regulations, as it involves managing government-owned propane tanks and adhering to federal standards. Interested small businesses must submit their quotes by April 11, 2025, with questions due by March 21, 2025, and can contact TSgt Kaitlin C Hassman at kaitlin.hassman@us.af.mil for further information.
Construct Flightline Fueling Facility
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Kansas City office, is soliciting proposals for the construction of a Flightline Fueling Facility. This project involves revisions to existing drawings and specifications, including updates to the Davis Bacon wage determination rates, and requires the submission of a past performance questionnaire. The construction of fuel supply facilities is critical for maintaining operational readiness and efficiency in military operations. Interested contractors should reach out to Jeri Halterman at jeri.l.halterman@usace.army.mil or Michael France at michael.g.france@usace.army.mil for further details, with the proposal due date remaining unchanged.