Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
ID: SPE602-26-R-0700Type: 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)
Timeline
    Description

    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 for the 2026 Purchase Program. This procurement involves various bulk petroleum products, including Naval Distillate (F76), Aviation Turbine Fuel (JP5), and Aviation Turbine Fuel (JA1), with estimated quantities totaling over 291 million gallons across multiple delivery locations in Europe. The contract's delivery period spans from July 1, 2026, to June 30, 2027, with a mandatory use of the Bulk Offer Entry Tool (OET) for offer submissions, and the solicitation closing date is set for January 5, 2026, at 3 PM EST. Interested parties can reach out to Gerardo Gomez or Paul Johnson via email for further inquiries regarding the solicitation.

    Files
    Title
    Posted
    Amendment 0001 to Solicitation SPE602-26-R-0700 for Bulk Petroleum Product for Atlantic/Europe/Mediterranean operations introduces a crucial Price Escalator table. This amendment details Formula IDs, products (F76, JP5, JP8, JA1), reference product locations (e.g., CIF NWE, FOB Med), base reference prices as of October 1, 2025, and corresponding evaluation factors. This table is essential for offerors to tie their proposed prices to these base reference prices. A subsequent amendment will provide the complete supplement related to the Economic Price Adjustment. All other terms and conditions of the original solicitation remain unchanged. The amendment also extends the offer receipt deadline to December 5, 2025, and outlines methods for acknowledging receipt.
    This government file outlines the mandatory procedures for submitting offers using the Bulk Offer Entry Tool (OET) for federal government solicitations. It details establishing and maintaining an OET account through DLA AMPS, including requesting the necessary vendor role and managing CAGE codes. The document also provides guidelines for submitting offers in OET, emphasizing PDF attachments, electronic signatures, and the importance of company name consistency with SAM. Crucially, it clarifies the process for submitting and revising attachments, highlighting that new submissions replace previous versions. Additionally, the file specifies requirements for OET offer sequences and map coordinates for transportation rate calculations. Finally, it reminds offerors that SAM registration and renewal are free services provided by the U.S. Government.
    The Defense Logistics Agency Energy requires two certification forms, the F-76 Traceability Signature Page and the F-76 Synthetic Component Certification, for F-76 fuel supplied under government contracts. The Traceability Signature Page ensures that F-76 fuel maintains traceability regarding its material composition and additive concentration levels. It certifies that no unauthorized un-hydrotreated light cycle oils, other unauthorized materials, or additives have been blended into the final product, adhering to MIL-DTL-16884 standards. This form requires disclosure of all materials, their percentages, and additive concentrations, along with the responsible party for injection. The Synthetic Component Certification is for synthetic paraffinic materials derived from Fischer-Tropsch or Hydroprocessed Renewable Diesel methods. This form certifies that no changes in feedstock, production location, processes, or turnaround events have occurred since the last certificate of analysis (COA), including table A-II or B-II results of MIL-DTL-16884P, Appendix A or B. It also requires the date and identifying number of the most recent COA. Both forms are crucial for ensuring the quality, integrity, and compliance of F-76 fuel products delivered to the government.
    Attachment 11 outlines various solicitation supplements for government contracts, categorized by Universal Classification Framework (UCF) sections. These supplements modify original titles for clarity and specificity across different aspects of procurement. Key areas include tanker standards, free time and detention rates for transport, refinery shutdown schedules, offeror representations and certifications, shipping and refinery information, vessel arrival notifications, authorized negotiators, and foreign taxes. Additionally, the document details supplements related to the evaluation of offers, covering exceptions, deviations, FOB tanker loading, and transportation rates. The consistent use of “F SUPPLEMENT” or “K SUPPLEMENT” indicates that these are additional or revised conditions to the initial solicitation, ensuring that bidders understand updated requirements for federal government RFPs, particularly those involving fuel and logistics contracts.
    The provided documents outline the Bulk Bid Evaluation Model (BEM) and the Offer Entry Tool (OET), crucial components for petroleum product procurement by DLA Energy. The BEM is an optimization program that determines the minimum laid-down cost for procurement by considering product price, transportation, additive, storage, distribution, and various fixed and variable costs. It also incorporates socio-economic considerations for domestic procurements. The evaluation process involves multiple rounds, from initial to final offers, utilizing minimum cost bid evaluation sheets and laid-down cost reports. The OET is a web-based tool for submitting offers against DLA Energy's Requests for Proposals, particularly for bulk purchase programs. It facilitates offer submissions through initial, interim, and final proposal revision rounds. Vendors must obtain a CAGE code and create an AMPS account to access OET. The tool's components include account management, offer details (shipping points, products, quantity, price, conditions), and an offer submission package for clauses and conditional statements. Both systems emphasize accuracy, timely submission, and adherence to specific guidelines to ensure efficient and cost-effective petroleum procurement.
    The document "For the best experience, open this PDF portfolio in Acrobat X or Adobe Reader X, or later. Get Adobe Reader Now!" is not a government file or RFP. It is a technical note instructing the user to open the PDF portfolio in specific software versions for the best experience. It also provides a call to action to "Get Adobe Reader Now!". Therefore, it does not contain any information relevant to federal government RFPs, federal grants, or state and local RFPs, and cannot be summarized in that context.
    This document provides a step-by-step guide for obtaining and formatting map coordinates from Google Maps for submission to the Office of Enterprise Technology (OET). It details how to use Google Maps satellite view to locate a shipping point, identify the pier, and extract precise latitude and longitude coordinates. The instructions cover converting these coordinates into the required degrees, minutes, seconds format and removing decimal points for OET submission. An example of the correct format is provided. Additionally, the document includes instructions for creating a degree symbol in Microsoft Word and setting up a custom keyboard shortcut for future use, ensuring accurate and compliant data entry for government-related submissions such as RFPs or grants.
    The document, titled "Crosswalk Offer Evaluation Tool (OET) Offer Submission Package (OSP) March 2025," serves as a detailed guide outlining the mapping between the Offer Evaluation Tool (OET) and the Offer Submission Package (OSP). It systematically breaks down the OSP into various sections, from A.1 (Origin Offer Sheet) and A.2 (Destination Offer Sheet) through to Section O (Fields 50-53). The document details specific fields within each OSP section, such as F.1 (Fields 1-5), G (Fields 6-17), H (Fields 18-23), I (Fields 24-29), J (Field 30), K (Fields 31-34), and N (Fields 47-49). This crosswalk is crucial for ensuring accurate and consistent data submission and evaluation in federal government RFPs, grants, or similar procurement processes, highlighting the structured approach required for offer conditions and submission data.
    This government file outlines several crucial contract clauses and representations for federal procurements. Key clauses include FAR 52.223-3 and DFARS 252.223-7001, which mandate the identification, labeling, and submission of Material Safety Data Sheets for hazardous materials, ensuring contractor liability and compliance with federal, state, and local laws. FAR 52.225-5 prohibits contracting with entities involved in certain activities related to Iran, requiring offerors to certify their non-engagement in sanctioned transactions or export of sensitive technology. FAR 52.229-11 addresses a 2% tax on specific foreign procurement payments, requiring foreign persons to declare their status and claim exemptions using IRS Form W-14. DFARS 252.204-7020 mandates current NIST SP 800-171 DoD Assessments for covered contractor information systems, with summary scores posted in the Supplier Performance Risk System (SPRS). DLAD 5452.233-9001 encourages alternative dispute resolution before litigation. Additionally, FAR 52.204-24 and 52.204-26 prohibit the use of certain telecommunications and video surveillance equipment and services, requiring offerors to disclose any such use. FAR 52.207-4 invites recommendations for economic purchase quantities. FAR 52.209-7 requires offerors to disclose information regarding responsibility matters in FAPIIS, especially for contracts exceeding $10,000,000. Finally, FAR 52.212-3 details comprehensive offeror representations and certifications covering business size, veteran status, women-owned status, HUBZone status, anti-lobbying, Buy American Act compliance, trade agreements, responsibility matters, child labor, and place of manufacture, crucial for determining eligibility and compliance in federal contracting.
    The provided file is not a government document or an RFP, but rather a technical note indicating that the PDF portfolio should be opened in Adobe Acrobat X or Adobe Reader X, or later versions, for the best experience. It also suggests getting Adobe Reader. This content is a technical instruction for viewing the file, not a governmental, programmatic, or request-for-proposal document. Therefore, it cannot be summarized in the context of government RFPs, federal grants, or state/local RFPs.
    This document outlines the Defense Logistics Agency Energy's (DLA Energy) Equal Value Exchange (EVE) program for petroleum products, authorized under 10 USC 2922e. An EVE allows for the exchange of petroleum products of equal value between DLA Energy and an Exchange Partner, leveraging global physical assets to meet urgent requirements. The agreement incorporates the general terms of the existing contract SPE602-XX-D-XXXX, along with specific terms established at the time of each EVE. The template details the types of fuel exchanged (Jet A-1, JetA, JP5, F76), specifications, estimated quantities, market reference prices for valuation, exchange and custody transfer locations, shipment methods, and timeframe. While monetary exchanges are generally excluded, quantity imbalances will be settled financially based on market reference prices on the day of delivery. The Exchange Partner may be required to provide security, such as prepayment or a letter of credit, commensurate with the fuel's market value. This framework ensures mutual benefit and operational flexibility for both parties.
    The Bulk Bid Evaluation Model (BEM) is a sophisticated optimization program designed to find the minimum laid-down cost for large-volume petroleum procurements. This model, used in federal government RFPs, accounts for offered product prices, transportation, additive, storage, onward distribution, and various fixed and variable costs. It also considers socio-economic factors like 8(a) reservations, HUB Zone Premium Programs, and Small Business Set-asides for domestic procurements. The BEM facilitates a multi-round evaluation process, moving from initial to final offers with price reductions, generating detailed minimum cost bid evaluation sheets and laid-down cost reports. The model sequence includes specific runs for small businesses, HUBZone, and 8(a) before a base optimization run and a final forced run, ensuring comprehensive and equitable evaluation of bids.
    The Defense Logistics Agency (DLA) Energy has issued Solicitation Number SPE602-26-R-0700 for the procurement of various bulk petroleum products, including Naval Distillate (F76), Aviation Turbine Fuel (JA1), and Aviation Turbine Fuel (JP5). The solicitation outlines specific requirements for offerors, such as mandatory use of the BULK OFFER ENTRY TOOL (OET) and active registration in the System for Award Management (SAM). Transportation evaluation penalties are detailed for offers indicating daylight berthing only, loading only, or vessel shifting for intra-harbor movements. Port Assessments by the Naval Criminal Investigative Service (NCIS) are required for all Tanker Origin offers post-award. The estimated quantities to be purchased are 75,917,000 UG6 for F76, 173,909,000 UG6 for JA1, and 41,619,000 UG6 for JP5. Delivery locations are spread across various European sites in Italy, Spain, the UK, Germany, and Belgium, with specific delivery modes (tanker, pipeline, truck) and performance periods from July 1, 2026, to June 30, 2027. Quality Technical Provisions and various QAPs are incorporated by reference.
    Lifecycle
    Similar Opportunities
    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.
    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.
    Synopsis SPE605-26-R-0203, 1.6A Canada
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is preparing to issue a presolicitation notice for the procurement of aviation turbine fuel under solicitation number SPE605-26-R-0203, specifically for delivery to various sites in Canada. This acquisition involves two line items: approximately 5.2 million gallons of fuel to be delivered via bulk tanker in the East Region and about 4.1 million gallons via barge in the West Region, with a contract duration of five years starting April 1, 2026. The procurement is critical for military operations and will be awarded based on the lowest price technically acceptable offers, with vendors required to provide specific documentation upon solicitation release. Interested parties should direct inquiries to Jermaine Smith or John Parson and submit responses by December 19, 2025, to the designated email address.
    DLA Energy FY26 Annual Procurement Forecast of Petroleum Acquisitions
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is announcing its annual procurement forecast for petroleum acquisitions for fiscal year 2026. The forecast outlines the anticipated procurement of approximately 80.535 million barrels of various petroleum products, including bulk and PCS, intro-plane, bunkers, and non-contract fuel. These acquisitions are crucial for supporting military operations and ensuring the availability of essential fuel supplies. Interested vendors should contact Allison Rodgers at Allison.Rodgers@dla.mil or Kurtiss Beach at kurtiss.beach@dla.mil for further details, and they are advised to refer to individual solicitations for precise quantities as the procurement process progresses.
    1.8A ITALY SOLICITATION 2025
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for a Fixed-Priced, Requirements contract to procure automotive gasoline, diesel fuel, and fuel oils for military operations in Italy, with a performance period from April 1, 2026, to December 31, 2028. This procurement is critical for ensuring the operational readiness of U.S. Army, Air Force, Navy, and Department of Defense installations in the region, as it supports essential fuel supply needs for various military activities. Interested vendors must submit their proposals by November 14, 2025, at 3:00 PM EST, and are encouraged to review the amendments issued, including the latest extension of the deadline and specific vendor requirements related to tax exemptions and documentation. For further inquiries, vendors can contact the primary solicitation office at 1.8AItaly2025Solicitation@dla.mil or reach out to Kayla Polonia at 571-447-7662.
    Amendment 0006 to Solicitation Number SPE608-23-R-0200 1.3C Ship's Bunkers Program (SOUTHCOM)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting offers for the supply of Aviation Turbine Fuel, JP5, as part of Amendment 0006 to Solicitation Number SPE608-23-R-0200, specifically for delivery to Progreso, Mexico. This amendment reopens the JP5 requirements and introduces a cap on ancillary charges, stipulating that these charges shall not exceed 10% of the total contract price for fuel per delivery order, while also establishing successive closing dates for ongoing requirements until March 31, 2027. The procurement is critical for military operations, ensuring a reliable supply of fuel for aviation needs. Interested offerors must submit their proposals electronically by December 16, 2025, at 3:00 PM ET, including an Offer Data Sheet, Certificate of Analysis, and a Commitment Letter from the supplier. For further inquiries, contact Dennis Gomez at Dennis.Gomez@dla.mil or Kimberly Morgan at kimberly.d.morgan@dla.mil.
    SOLICITATION: SPE605-25-R-0220 (HAWAII, POSTS, CAMPS & STATIONS (PC&S) PP 3.10)
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for various fuel products, including distillates and residuals, to support 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 includes a partial small business set-aside, allowing for competitive participation from smaller firms, and requires all proposals to be submitted via the DLA Energy PC&S Offer Entry Tool (OET) by December 23, 2025, at 8:00 AM EST. Interested parties can reach out to Hannah Savine at hannah.r.savine@dla.mil or Kimberly Binns at kimberly.binns@dla.mil for further information.
    Fuel Requirement - Erbil Diplomatic Support Center- Erbil, Iraq
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the delivery of gasoline (Midgrade Unleaded) and diesel fuel to the Erbil Diplomatic Support Center in Erbil, Iraq. The procurement aims to secure a reliable supply of fuel essential for the operations at the center, with a focus on compliance with specific quality and delivery standards. Offerors, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by January 7, 2026, at 9:00 AM EST, and are required to meet various documentation and registration criteria, including registration in SAM.gov and the Joint Contingency Contracting System (JCCS). For further inquiries, interested parties can contact Suttom Beshir or Orlando Rodriguez via their provided emails.
    Attachments for 2.3 SOUTH DOMESTIC INTOPLANE Amendment 0006
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of Jet A fuel (with and without FSII) and Into-Truck Jet A fuel with FSII for Del Rio International Airport (KDRT) in Texas. The estimated total quantity required is 180,000 US gallons, with the contract period extending from the date of award through March 31, 2027. This procurement is critical for supporting the refueling needs of the Department of Defense and other government entities, ensuring operational readiness and efficiency. Proposals are due by November 6, 2025, at 5:00 PM EST, and interested vendors can contact Joseph Teye-Kofi at Joseph.Teye-Kofi@dla.mil or Jamika Forde at jamika.forde@dla.mil for further information.
    Blanket Purchase Agreement (BPA)-Bulk Petroleum Products- USACE St. Louis District
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) St. Louis District is seeking businesses interested in entering into a Blanket Purchase Agreement (BPA) for Bulk Petroleum Products and related services. The procurement aims to fulfill the district's needs for approximately 200-240,000 gallons of D2 Bio-diesel, along with 100-150 barrels of engine/hydraulic oils, with an anticipated frequency of 2-4 orders per year. These petroleum products are essential for various operational requirements within the district, ensuring the availability of necessary fuels and lubricants for military and civil works projects. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or call 314-331-8506 for further details and to express their interest in this opportunity.