ContractSolicitation

Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region

DEPT OF DEFENSE SPE602-26-R-0700
Response Deadline
Jan 5, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Defense Logistics Agency Energy is seeking offers for the annual bulk petroleum purchase for the Atlantic, Europe, and Mediterranean region, covering fuels such as F76, Jet A-1/JA1, JP5, and JP8. The procurement calls for bulk fuel deliveries to multiple military locations across Europe under the solicitation for SPE602-26-R-0700. Offerors must use the mandatory Bulk Offer Entry Tool and maintain SAM registration, and the evaluation framework emphasizes lowest laid-down price, transportation costs, and compliance with fuel quality and delivery requirements. The solicitation closing date is January 5, 2026 at 3:00 PM EST, with the ordering period running from award through June 30, 2027 and the delivery period from July 1, 2026 through June 30, 2027, including a 30-day carryover period.

Classification Codes

NAICS Code
324110
Petroleum Refineries
PSC Code
9130
LIQUID PROPELLANTS AND FUELS, PETROLEUM BASE

Solicitation Documents

18 Files
Tab 9 RFP SPE602-26-R-0700.pdf
PDF2448 KBMar 23, 2026
AI Summary
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.
Tab 09 Att 1 - Offer Submission.pdf
PDF579 KBMar 23, 2026
AI Summary
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.
Tab 09 Att 2 - OET Overview (March 2025).pdf
PDF2657 KBMar 23, 2026
AI Summary
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.
SF30 SPE60226R0700 AMD 1.pdf
PDF110 KBMar 23, 2026
AI Summary
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.
Tab 9 RFP SPE602-26-R-0700 AMD 3 CC.pdf
PDF1905 KBMar 23, 2026
AI Summary
This government solicitation (SPE602-26-R-0700) is for the procurement of bulk petroleum products, specifically Naval Distillate (F76), Aviation Turbine Fuel (Jet A-1), and Aviation Turbine Fuel (JP5, JP8), for various military installations in Europe. The solicitation, issued by DLA Energy, outlines requirements for offerors, including mandatory use of the BULK OFFER ENTRY TOOL (OET) and active registration in the System for Award Management (SAM). Key details include offer due date (January 5, 2026), contact information for solicitation inquiries, and various set-aside categories. The document also specifies transportation evaluation penalties and emphasizes the update to contract texts through supplements. Detailed schedules for each fuel type are provided, listing estimated quantities, delivery locations (e.g., Souda Bay, Rota, Aviano, Ramstein), modes of transport (tanker, pipeline, truck), and specific delivery notes, including requirements for additives and throughput SPLC (Supply Point Logistics Code).
SF30 SPE60226R0700 AMD 3.pdf
PDF208 KBMar 23, 2026
AI Summary
Amendment 0003 to Solicitation SPE602-26-R-0700 for Bulk Petroleum Product in the Atlantic/Europe/Mediterranean region updates quantity requirements for various fuel products and incorporates a new "Deadfreight" clause. The total USG quantity for F76 is now 95,917,000, with specific revisions for Souda Bay. JP5's total USG quantity is updated to 66,619,000, including changes for Souda Bay and Soudansa. JA1's total USG quantity is revised to 203,909,000, with updates across multiple locations such as Bellheim, Baumhldtmp, Ramstein, and Aviano. The new Deadfreight clause outlines charges to the contractor for unpermissible quantity decreases, detailing calculation methods based on vessel costs and cargo discrepancies. All other terms and conditions of the solicitation remain unchanged.
Tab 09 Att 3 - OET Guidance.pdf
PDF1426 KBMar 23, 2026
AI Summary
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.
Tab 09 Att 4 - Map Coordinates Desk Guide.pdf
PDF585 KBMar 23, 2026
AI Summary
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.
Tab 09 Att 5 - OET OSP Crosswalk (March 2025).pdf
PDF3878 KBMar 23, 2026
AI Summary
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.
Tab 09 Att 6 - Solicitation Fill-Ins.pdf
PDF520 KBMar 23, 2026
AI Summary
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.
Tab 09 Att 7 - C and E QAPS.pdf
PDF21610 KBMar 23, 2026
AI Summary
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.
Tab 09 Att 8 - Equal Value Exchanges of Fuel.pdf
PDF380 KBMar 23, 2026
AI Summary
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.
Tab 09 Att 9 - BEM Overview.pdf
PDF2557 KBMar 23, 2026
AI Summary
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.
Tab 09 Att 10 - F76 Traceability Sheet.pdf
PDF124 KBMar 23, 2026
AI Summary
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.
Tab 09 Att 11 - Reference to Solicitation Supplements.pdf
PDF40 KBMar 23, 2026
AI Summary
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.
SF30 SPE60226R0700 AMD 2.pdf
PDF247 KBMar 23, 2026
AI Summary
This amendment (0002) to Solicitation SPE602-26-R-0700, effective February 9, 2026, incorporates newly issued supplements and revises existing sections to improve navigation and reference. All supplements are now assigned sequential numbering in their titles, streamlining identification. Specifically, SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES and SECTION M – EVALUATION FACTORS FOR AWARD have been updated to reflect this new numbering system. Additionally, a revised Attachment 11 – Reference to Solicitation Supplements is included. The amendment details various new supplements related to economic price adjustment, delivery conditions, quantity determination, shipment, demurrage, in-line blending, definitions, delivery-order limitations, evidence of responsibility, and several evaluation factors. It also clarifies technical acceptability criteria for offers, emphasizing that exceptions to solicitation requirements must be explicitly accepted or removed for an offer to be considered technically acceptable. The price evaluation factor is defined by the lowest laid-down price, considering product price, transportation costs, terminal service fees, and offer-specific information. All other terms and conditions of the original solicitation remain unchanged.
Tab 9 RFP SPE602-26-R-0700 AMD 2 CC.pdf
PDF2977 KBMar 23, 2026
AI Summary
This government solicitation, SPE602-26-R-0700, issued by DLA Energy, outlines requirements for commercial bulk petroleum products, specifically Naval Distillate (F76) and Aviation Turbine Fuels (JA1, JP5, JP8). The solicitation details the quantities, delivery locations, and performance periods for various fuels across Europe, including Italy, the UK, Germany, Spain, and Belgium, with a performance period of July 1, 2026, to June 30, 2027.Key instructions for offerors include mandatory use of the BULK OFFER ENTRY TOOL (OET) and SYSTEM FOR AWARD MANAGEMENT (SAM) for registration and proposal submission. It highlights transportation evaluation penalties for specific berthing and loading conditions and notes an update to contract texts with new supplements. The document also specifies quality technical provisions for each fuel type and outlines delivery modes (tanker, pipeline, truck) along with associated restrictions, such as the requirement for certain fuels to be offered through specific pipeline systems like the Northern Italian Pipeline, DFSP GPSSUKPL, DFSP CENT EURO PL (CEPS), and the Spanish Pipeline. Emphasis is placed on compliance with regulatory standards and coordination for port assessments.
Tab 09 Att 11- Reference to Solicitation Supplements Update.pdf
PDF85 KBMar 23, 2026
AI Summary
Attachment 11 outlines a series of solicitation supplements, revising and re-titling various clauses related to federal government RFPs, particularly concerning bulk petroleum products. These supplements cover a range of topics including economic price adjustments for overseas bulk, delivery conditions for various transport methods, determination of quantity, and overseas shipment and routing. They also address tanker demurrage, loading conditions, and tanker standards, as well as in-line blending of nonaviation petroleum products. Furthermore, the document details revisions for definitions, delivery-order limitations, and evidence of responsibility. A significant portion of the supplements focuses on the evaluation of offers, encompassing alternate escalators, FOB origin offers, all-or-none evaluations, FOB tanker loading, quantities for tanker and barge offers, transportation rates, and exceptions/deviations. The attachment also includes an evaluation supplement for the use of DESP by commercial suppliers for tanker products. Overall, this document serves to clarify and update the terms and conditions for procurement processes involving bulk petroleum, ensuring comprehensive guidelines for bidders and evaluators.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 5, 2025
amendedAmendment #1· Description UpdatedDec 11, 2025
amendedAmendment #2· Description UpdatedFeb 9, 2026
amendedLatest Amendment· Description UpdatedMar 23, 2026
deadlineResponse DeadlineJan 5, 2026
expiryArchive DateJan 19, 2027

Agency Information

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

Point of Contact

Name
Gerardo Gomez

Place of Performance

Fort Belvoir, Virginia, UNITED STATES

Official Sources