Propellant, Rocket Grade Kerosene (RP1, RP2 and RP2 Special Blend)
ID: SPE60126R0300Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGY AEROSPACE ENRGY-DLAE-MJBSA LACKLAND, TX, 78236, USA

NAICS

Petroleum Refineries (324110)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the production and storage of Rocket Grade Kerosene (RP-1, RP-2, and RP-2 Special Blend) under Solicitation SPE601-26-R-0300. This procurement aims to secure a firm-fixed-price requirements contract for the delivery of these propellants, which are critical for rocket propulsion systems, ensuring compliance with the detailed specifications outlined in MIL-DTL-25576F. The contract period is set from February 1, 2026, to January 31, 2031, with a total small business set-aside, encouraging participation from eligible vendors. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Contracting Officer Jessica Negron at jessica.negron@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) requires contractors for the production and storage of Propellant, Rocket Grade Kerosene RP-1, RP-2, and RP-2 Special Blend (SB) in bulk and drums. Contractors must provide all necessary materials, labor, and equipment, adhering to local, state, and federal regulations. Products must meet MIL-DTL-25576F specifications, with an added ASTM E1064 test method. Pre-award samples are required for government testing, though previous compliant submissions are acceptable. The contract specifies delivery timelines for bulk and drummed products, with bulk RP-1 requiring up to 28,000 gallons in 28 days, and RP-2/RP-2 SB requiring up to 10,000 and 18,000 gallons respectively with 30 days' notice. Contractors must provide significant bulk storage (100,000 gallons for RP-1, 10,000 each for RP-2/RP-2 SB) and secure drum storage. The storage site will be a Defense Fuel Support Point (DFSP), requiring accountability reports. Contractors must provide laboratory support for product quality surveillance, including sampling and analysis. They will also manage bulk and drum load-outs for government-provided carriers, requiring 7 days' notice for scheduling and adherence to specific access hours. Load reports are mandatory for bulk shipments. Additionally, RP-2 SB and RP-2 have specific chemical class limits via GC x GC. Certificates of Analysis must be submitted with invoices and separately to DLA.
    MIL-DTL-25576F w/AMENDMENT 1, dated May 24, 2023, is a detailed specification for two grades of rocket propellant kerosene: RP-1 and RP-2. It outlines the chemical and physical properties, testing methods, and quality assurance provisions for these propellants, intended for use in rocket engines and gimbal systems. The document specifies limits for properties such as distillation temperature, sulfur content, freezing point, heat of combustion, viscosity, aromatics, olefins, hydrogen content, copper strip corrosion, microseparometer rating, flash point, thermal stability, and particulate matter. It also details acceptable additives like antioxidants and metal deactivators, along with their maximum concentrations. The specification references numerous ASTM, IP, and ISO standards for testing and sampling procedures. It emphasizes strict adherence to these requirements for government acceptance, with specific guidelines for sampling, inspection, and rejection of non-conforming lots. Packaging requirements are to be specified in the contract or order, and the document includes definitions for "barrel" and "lot" for clarity in acquisition.
    The provided document is not an RFP, federal grant, or state/local RFP. Instead, it is a technical message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. The document's purpose is to troubleshoot a display issue for a user attempting to access a PDF file.
    This document, DLA FORM 1889, outlines the Supplemental Quality Assurance Provision (SQAP) for Energy QAP E45.01, specifically regarding Manufacturing Qualification Requirements for JP-10/PF-1 aerospace energy. It details the stringent pre-production sample requirements, including the preparation of four one-gallon JP-10 samples and their testing by both the contractor and a U.S. Government laboratory. Contractors are responsible for all associated costs and are allowed one resubmission if samples fail. The document also specifies First Article Approval procedures, requiring a 6,000-gallon first article batch, full specification testing, and submission of a two-gallon sample to the Government laboratory. If the first article fails, the Government has options ranging from allowing plant modifications to contract termination, with no equitable adjustment to the contract price for contractor efforts to remedy defects. The overarching purpose is to ensure the quality and specification compliance of JP-10 propellant for government contracts.
    Attachment 2 to Solicitation SPE601-26-R-0300, titled "CONTRACTOR PERFORMANCE DATA SHEET," requires prospective contractors to submit information on similar government and non-government contracts or subcontracts. This data sheet is crucial for evaluating a contractor's past performance. The requested information includes company name, point of contact, phone and fax numbers, product supplied, quantity, method of delivery, place and period of performance, and whether a subcontracting plan was in place. Contractors must provide details for contracts completed within the last two years or those still in progress with at least one year of performance history. A checkbox is provided for entities that have not performed similar contracts. This attachment is essential for assessing a bidder's qualifications and experience in the context of federal government RFPs.
    The "TRANSPORT EQUIPMENT DELAY CERTIFICATE" (Form H-14, Attachment 5, SPE601-26-R-0300) is a crucial government document used to record and certify delays in the transportation of goods. It captures essential details such as consignor, consignee, product, carrier, trailer number, shipping and receiving dates/times, and reasons for delays, clearly assigning responsibility to either the carrier or consignee/consignor. The form requires certification signatures from the consignee, shipper, and driver. It mandates that a copy accompany each detention invoice to validate payment, ensuring transparency and accountability in federal, state, and local government contracts involving transport logistics.
    This document is an RFP or similar government procurement file detailing various propellant products and related services. It lists specific products like RP-1 Propellant Kerosene Bulk, RP-2 Propellant Kerosene Bulk, and RP-2 Propellant Kerosene Special Blend, along with their respective quantities. Additionally, it includes services such as RP-1 & RP-2 Drumming and Monthly Bulk Storage for each propellant type. The document outlines a five-year period (Y1-Y5) for pricing, with a "POP" (Period of Performance) indicated. A crucial note specifies that "OFFERED PRICES SHALL NOT EXCEED SECOND DECIMAL PLACE AND ROUNDING IS NOT AUTHORIZED," emphasizing precise financial reporting. The file appears to be a structured request for pricing for these items and services, with columns for Unit Price, Extended Price, and Currency (USD), which are currently blank, awaiting contractor submissions.
    This government file, SPE601-26-R-0300, outlines the Defense Logistics Agency (DLA) Energy Aerospace Contracting Officer Requirements, focusing on an indefinite quantity contract for JP-10 and RP-1 fuel supplies. Key aspects include a requirements-type contract with fixed unit prices and economic price adjustment. The document details extensive quality assurance provisions, including contractor inspection responsibilities, strict packaging and marking requirements for hazardous materials (JP-10/RP-1), and comprehensive inspection and acceptance protocols. It mandates a detailed Quality Control Plan (QCP) covering receiving, blending, sampling, testing, calibration, storage, handling, and loading procedures, with specific requirements for tank cars, trucks, intermodal containers, and drum shipments. The file also specifies quantity determination methods, delivery performance expectations, and administrative requirements for Government-owned product at DLA Energy Aerospace Support Points (EASPs), including inventory control, reporting, and record retention. Environmental protection, material safety data sheets, and proposal submission guidelines are also covered.
    This government solicitation, SPE600-20-R-0200, is an RFP for product delivery by the Defense Logistics Agency (DLA) Energy. The solicitation seeks offers for product delivery using government-contracted containers to various locations in the continental United States. The performance period for this contract is from February 1, 2023, to January 31, 2028, with an estimated total quantity of 13,800,000 gallons across different product types (JP5, JP8, and F76). The government intends to award one firm-fixed-price contract, utilizing Federal Acquisition Regulation (FAR) Part 12 for Commercial Acquisition and Part 15 for Contracting by Negotiation. Offers will be evaluated based on best value, with specific consideration given to the lowest-priced technically acceptable source selection process. All offerors must comply with requirements listed in Section L and submit pre-award samples meeting the MIL-SPEC-PRF-83133 requirements by October 23, 2022. Questions regarding this solicitation must be submitted via email to Jessica Negron by October 13, 2022, and all offers are due by December 2, 2022, at 3:00 PM EST.
    Amendment 0001 to Solicitation SPE60126R0300 extends the deadline for offer submissions to December 8, 2025, at 3:00 PM Central Time. The purpose of this extension is to provide vendors with additional time to respond and encourage greater competition. All potential offerors are advised to frequently check sam.gov for any further amendments and must acknowledge all amendments in their proposals by completing SF1449 blocks 30a-30c and SF30 blocks 15a-15c, then submitting them via email to jessica.negron@dla.mil before the new closing date and time. Offers received after this deadline will be considered late in accordance with FAR 52.212-1(f).
    Similar Opportunities
    Attachments for 2.3 SOUTH DOMESTIC INTOPLANE Amendment 0006
    Buyer not available
    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.
    Jet Propellant Thermally Stable (JPTS) Jet Fuel
    Buyer not available
    NASA's Armstrong Flight Research Center is seeking information from potential sources for the production of Jet Propellant Thermally Stable (JPTS) jet fuel to support its ER-2 Airborne Science Program aircraft. The fuel must comply with the draft Military Detail Specification (MIL-DTL)-25524H(USAF) dated October 8, 2025, which outlines the chemical and physical requirements, including necessary additives and testing methods for qualification and conformance inspections. This procurement is crucial for ensuring the operational readiness of military weapon systems that utilize JPTS fuel, with an estimated annual production of 125,000 gallons over a ten-year period. Interested firms are encouraged to submit capability statements, including anticipated subcontracting goals for various socioeconomic categories, by January 5, 2025, to Jenni Schnarr at jennifer.schnarr@nasa.gov, referencing notice number 80AFRC26SS0001.
    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 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.
    Government Owned Contractor Operated Fuel Storage Facility at DFSP Tampa, FL
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for fuel management services at the Defense Fuel Support Point (DFSP) in Tampa, Florida. The contractor will be responsible for all services related to the receiving, protecting, storing, and shipping of U.S. Government-Owned Turbine Fuel Aviation, Grade Jet-A, in accordance with the Performance Work Statement (PWS). This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 493190, with a size standard of $36.5 million, and is expected to result in a firm-fixed-price contract with a four-year base period starting November 4, 2026, and an option for an additional five years. Interested vendors should prepare for the solicitation to be posted on www.beta.SAM.gov around December 29, 2025, and must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals. For further inquiries, contact Candice Ekwoge at candice.ekwoge@dla.mil or 804-807-4948.
    SPE60526R0200 Direct Delivery Fuel Requirements United Kingdom PP 1.8J
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is preparing to solicit proposals for the procurement of direct delivery fuel requirements in the United Kingdom under solicitation number SPE60526R0200. This contract will cover a three-year period starting July 1, 2026, and will include the supply of diesel fuel, kerosene, and gasoline products to support U.S. military operations at various Posts, Camps, and Stations (PC&S) in the region. The procurement is critical for ensuring reliable fuel delivery directly from suppliers to military customers, with evaluations based on the total lowest price technically acceptable and past performance. Interested vendors must be registered in the System for Award Management (SAM) and are advised to prepare necessary documentation for submission when the solicitation is released, with responses due by December 8, 2025. For further inquiries, contact Shaine Chung at 703-408-9779 or via email at uk2025@dla.mil.
    DLA Energy FY26 Annual Procurement Forecast of Petroleum Acquisitions
    Buyer not available
    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.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    Contracted Laboratory Services CONUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking contractors to provide laboratory testing services for government-owned petroleum products across the Continental U.S. (CONUS). The contractor will be responsible for testing various fuels, including jet fuels, diesel fuels, unleaded fuels, additives, and lube oils, in accordance with military specifications, and for transporting samples to their laboratory facilities. This procurement is critical for ensuring the quality and compliance of fuel products used by the military, with testing required to be completed within specific time frames, including 24/7 availability. The solicitation is expected to be issued between December 2025 and January 2026, with a closing date around January 2026, and interested parties can contact Ralph Dayougar at ralph.1.dayougar@dla.mil or Karen Tom at karen.tom@dla.mil for further information. The contract period will span from March 15, 2026, to March 14, 2028, with options for extension.
    AVIATOR BREATHING OXYGEN AND LIQUID NITROTGEN in MIDWEST REGION 9.1C
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is preparing to solicit qualified suppliers for a five-year contract to deliver Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) to various locations in the Midwest region. This procurement includes not only the products themselves but also associated services such as expedited delivery, equipment installation and removal, and applicable fees. The contract, which will be awarded as a Firm Fixed-Price Type Requirements Contract, is crucial for supporting the Department of Defense's aerospace energy needs and is expected to be issued around December 10, 2025, with a performance period from July 1, 2026, to June 30, 2031. Interested parties can direct inquiries to Kelli Boles at kelli.boles@dla.mil or Willard Ramseur at willard.ramseur@dla.mil for further information.
    1.8A ITALY SOLICITATION 2025
    Buyer not available
    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.