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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, Whiteman AFB, MO.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking small business sources to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, and Whiteman AFB, MO. The selected contractors will be responsible for operating and maintaining these facilities, which includes managing the receipt, storage, issuance, and quality control of petroleum products, as well as maintaining the associated infrastructure. This procurement is significant for ensuring the efficient operation of military fuel supply chains, with the intention to award multiple firm-fixed price contracts for a base period of four years, starting November 1, 2026, and potentially extending for an additional five years. Interested parties must submit their responses by December 26, 2025, to the designated contacts, Joel McKinney and Gordon Braxton, via email, and are encouraged to register in the System for Award Management (SAM) and Wide Area Workflow (WAWF) prior to submission.
    727 AMS Cargo Racking
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of a Cargo Racking System for the 727 Air Mobility Squadron (AMS) at RAF Mildenhall, United Kingdom. The project involves the fabrication and installation of safety modifications, including 21 rear X-bracings and 63 rubberized pads for the existing 463L cargo racking system, aimed at enhancing safety and operational efficiency in cargo handling. This procurement is critical for maintaining the functionality of the Air Mobility Command's sole en route location in the UK, ensuring secure and efficient cargo movement. Interested contractors must submit their quotes by January 13, 2026, and direct inquiries to Amn Brandon Hampton or SrA Veronica Batista Velez via the provided email addresses, with the understanding that funding is contingent upon availability.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Dept Of Defense
    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 targeting various fuel types including Naval Distillate (F-76), Aviation Turbine Fuels (JP5, JP8, and Jet A-1). This procurement aims to secure essential fuel supplies to support military operations across multiple locations within the AEM geographic area, with a contract period extending from the date of award through June 30, 2026. Interested vendors must utilize the Bulk Offer Entry Tool (OET) for submissions, ensuring compliance with federal procurement standards, and are encouraged to register with the System for Award Management (SAM) at no cost. The solicitation closing date is set for January 14, 2025, at 3 PM EST, and inquiries can be directed to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.mil.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    82nd Airborne Propane Service Contract
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for a propane service contract to support the 82nd Airborne Division at Fort Bragg, North Carolina. The contract requires the provision of 100 propane tanks, eight 16-count propane cages, and quarterly refills and services over a base year and four option years, from January 2026 to January 2031. This procurement is critical for ensuring a reliable supply of propane for military operations, adhering to strict safety and operational standards. Interested small businesses must submit their proposals electronically by December 17, 2025, at 10:00 AM EST, and direct any inquiries to the designated contacts, CPT Michael Davis and SFC Eric Garcia, via their provided email addresses.
    Contractor-owned, Contractor-operated (COCO) bulk retail services at two locations on Fort Bragg, NC.
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking small business sources to provide Contractor-Owned, Contractor-Operated (COCO) bulk retail fuel services at two locations on Fort Bragg, North Carolina. The contractor will be responsible for the operation, maintenance, and management of fuel facilities capable of storing significant quantities of military-grade aviation fuel (F24), commercial gasoline (MUR), and commercial diesel (ULSD), ensuring quality control and accurate accounting for petroleum products. This procurement is critical for maintaining the fuel supply chain for military operations, with a firm, fixed-price contract anticipated for a four-year base period and five additional five-year options, potentially extending the contract duration to 29 years. Interested firms must submit their responses by December 3, 2025, at 3:00 PM local Ft. Belvoir, VA time, via email to Morishita.Armstead@DLA.MIL, providing detailed company profiles and demonstrating their capabilities in fuels management.
    Concessionaire - Galaxy Club
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a concessionaire to provide hot and cold food and non-alcoholic beverages at the Galaxy Club located at RAF Mildenhall in Suffolk, United Kingdom. The selected concessionaire will be responsible for catering services at off-site locations and must pay 15% of gross sales to the Non-Appropriated Fund Instrumentality (NAFI) on a monthly basis, with a contract duration of one base year and four optional renewal years. This opportunity is crucial for maintaining quality food services for authorized patrons and ensuring compliance with health and safety regulations. Interested parties can contact Kim Beaulieu at kimberly.beaulieu@us.af.mil or Valerie Cuevas at valerie.cuevas@us.af.mil for further details.
    3.22 COG 2 Northeastern United States
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for fuel supply under the 3.22 COG 2 Northeastern United States program, specifically targeting small businesses. This procurement involves a Fixed-Priced, Requirements contract for various fuel products across Connecticut, Massachusetts, Maine, New Hampshire, and New Jersey, with a performance period from April 1, 2026, to March 31, 2029. The solicitation emphasizes the importance of submitting complete proposals, as incomplete submissions will be deemed unacceptable, and awards will be made based on the lowest total price per aggregate group. Interested vendors must submit their offers via the Offer Entry Tool (OET) by January 15, 2026, at 12:00 PM EST, and can direct inquiries to COG 2 at 2026COG2Solicitation@dla.mil or Kandace Wright at kandace.wright@dla.mil.
    Government-Owned, Contractor-Operated (GOCO) Fuel Storage Services in Vandenberg AFB, CA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified contractors to provide Government-Owned, Contractor-Operated (GOCO) fuel storage services at Vandenberg Air Force Base (AFB), California. The procurement encompasses bulk storage services, retail service station support, aircraft services, and comprehensive fuels management, ensuring safe handling, quality control, and accountability of petroleum products. This contract is critical for supporting base operations, airshows, deployments, and other contingencies, with a focus on maintaining environmental safety and operational efficiency. The solicitation is anticipated to be posted in December 2025, with a closing date approximately 45 days thereafter. Interested parties should contact Ayanna Jackson-Charles at Ayanna.Jackson-Charles@dla.mil or Alicia Williams at Alicia.Williams@dla.mil for further information, and must be registered in the System for Award Management (SAM) to participate.
    Custodial Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.