Oil Storage & Dispensing System
ID: FA441925Q0016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4419 97 CONF CCALTUS AFB, OK, 73523-5002, USA

NAICS

Measuring, Dispensing, and Other Pumping Equipment Manufacturing (333914)

PSC

LUBRICATION AND FUEL DISPENSING EQUIPMENT (4930)

Set Aside

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

    The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base, Oklahoma, is seeking quotes for the acquisition of an Oil Storage & Dispensing System. This system is essential for maintaining operational readiness in support of maintenance operations for petroleum, oil, and lubricants (POL) and fuel dispensing trucks. The procurement requires compliance with specific technical specifications, including dimensions, storage capacity, and safety features such as spill containment and self-closing valves. Interested vendors must submit their quotes by January 2, 2025, and direct any questions to Brittany Mungaven at brittany.mungaven@us.af.mil or Jennifer Blaser-Kay at jennifer.blaser_kay.2@us.af.mil by January 14, 2025. This opportunity is set aside for small businesses under NAICS code 333914, with registration in the System for Award Management (SAM) required for eligibility.

    Files
    Title
    Posted
    The document outlines a combined synopsis and solicitation for an Oil Storage and Dispensing System, designated by Solicitation Number FA4419-25-Q-0016, under a 100% small business set-aside. It specifies the NAICS code (333914) and includes key details such as the size standard, performance location at Altus AFB, OK, and relevant federal acquisition regulations. The system must feature capabilities for oil storage, hazardous fluid containment, dispensing through meters and sight gauges, and individual shut off valves. Prospective vendors are required to submit their offers by January 2, 2025, with questions due by January 14, 2025. The document also emphasizes the necessity of current SAM.gov registration for potential award consideration. Additionally, it includes a pricing schedule that outlines the required equipment alongside submission instructions and clauses pertinent to the procurement process. This solicitation represents the federal government's initiative to procure essential systems while supporting small businesses in the defense sector.
    The memorandum from the 97th Air Mobility Wing at Altus Air Force Base outlines the request for purchasing an Oil Storage and Dispensing System to support maintenance operations for POL and fuel dispensing trucks at the Refueling Maintenance shop (Bldg. 392). The document specifies various technical requirements for the proposed system, including minimum dimensions, storage capacity, structural components, safety features such as spill containment, and necessary hose and fitting assemblies. The detailed specifications include dimensions like a minimum working height of 104 inches and width of 90 inches, as well as specific equipment like six 65-gallon containers and a self-priming gear pump. The memorandum serves as a formal request for proposals, indicating the Air Force's need for specialized equipment to maintain operational readiness. The focus on compliance with safety and operational standards underscores the importance of ensuring effective maintenance of air mobility resources.
    The document provides instructions for offerors participating in the Request for Proposal (RFP) FA441925Q0016. It emphasizes the requirement for price submissions to be sent via email, including an itemized quote and the completion of a specified pricing page. Offerors must enter unit prices for each Contract Line Item Number (CLIN), which will be totaled using a provided spreadsheet. Additionally, it is crucial that the offeror’s System for Award Management (SAM) registration includes the North American Industry Classification System (NAICS) Code 333914, indicating the relevant industry. This addendum clarifies the submission requirements to ensure compliance and facilitate the evaluation process for the contracting agency. The instructions reflect standard practices within federal RFP processes, aiming to ensure transparency and precise bidding from potential contractors.
    The document outlines the evaluation factors for a federal solicitation (FA441925Q0016) for commercial products and services, focusing on the selection of the most advantageous offer using two key criteria: price and technical acceptability. The government aims to award the contract to the vendor with the lowest evaluated price, provided their quote meets all solicitation requirements. Factor 1 emphasizes the price, with the total evaluated price determined from specified contract line item numbers (CLIN). Before contract award, the contracting officer must assess the price for fairness and reasonableness. Factor 2 focuses on technical acceptability, which evaluates if the vendor's product meets the required specifications. Quotes are rated as either "acceptable," indicating they meet specifications, or "unacceptable," meaning they fail to meet minimum requirements. The emphasis is on adherence to salient characteristics outlined in the solicitation. Overall, the document underscores the importance of compliance with technical standards and competitive pricing in the government contracting process, aiming to ensure value and quality in government procurements.
    The document outlines the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses relevant to the solicitation number FA441925Q0016. It incorporates a detailed set of required clauses applicable to contracts involving the Department of Defense, providing guidelines on topics such as compensation of former officials, whistleblower rights, acquisition prohibitions regarding defense telecommunications, and unique item identification. The structure includes clauses for instructing offerors, payment processing, and implementing acquisition regulations while emphasizing compliance with numerous governmental regulations. Key details include the requirement for contractors to ensure unique item identification for delivered items exceeding a specified cost, the necessity of using U.S.-flag vessels for maritime transportation, and the stipulation for accurate representations and certifications from offerors, including information on the ownership and operational control of businesses. This document serves a critical role in guiding federal contracting parties towards compliance with statutory obligations, thereby facilitating fair competition and safeguarding government interests within the procurement process.
    The RFQ FA441925Q0016 seeks clarification on specifications for an Oil Storage and Dispensing System. Key inquiries address the technical acceptability of the EBK system against outlined specifications, shipping details to Altus AFB, and oil compatibility with the storage systems, which are designed for petroleum-based fluids. The document specifies that the minimum working height and width measurements allow flexibility for installation rather than imposing restrictions. Further requests for reference drawings are addressed, indicating no such drawings exist but directing attention to an attached photo for context. This RFQ emphasizes the importance of detailed product specifications and compliance with government operational needs, underpinning the procurement process in the context of federal RFPs.
    This document pertains to federal and state/local Requests for Proposals (RFPs) as well as grants. Its main purpose is to outline the requirements and guidelines for potential contractors to participate in the funding opportunities offered by government agencies. Key topics include eligibility criteria, proposal submission processes, evaluation standards, and performance metrics. The document emphasizes transparency in the awarding of grants and RFPs, aiming to foster fair competition among bidders. Supporting details highlight the importance of adhering to federal regulations and local laws while proposing innovative solutions that align with government objectives. It underscores the necessity of comprehensive proposals that demonstrate a clear understanding of project goals and capabilities, as well as a commitment to compliance with safety regulations and quality assurance standards. The structure of the document follows a logical format, beginning with an introduction to the RFPs and grants, followed by detailed sections on eligibility, submission guidelines, and evaluation criteria. The concluding remarks reaffirm the significance of effective project execution post-award and the expected outcomes for the funded initiatives. Overall, this document serves as a critical resource for organizations seeking government contracts, clarifying the process, and reinforcing the need for transparency and competitive integrity within public funding mechanisms.
    The document comprises a collection of federal and state/local RFPs (Requests for Proposals) as well as grant-related materials. It aims to outline various funding opportunities and projects that require external proposals. Each section addresses specific areas of interest, such as healthcare, environmental studies, infrastructure upgrades, and technology improvements, reflecting priorities across different government sectors. Key topics include solicitation outlines for funding, eligibility criteria for grant applications, project timelines, and expectations for proposal submissions. Supporting details emphasize adherence to federal standards and guidelines. The overall purpose of the document is to guide potential applicants in identifying opportunities for securing funding and to facilitate the submission of proposals that align with government initiatives. It serves as a crucial resource for stakeholders looking to engage with federal and state programs, fostering transparency and supporting innovation in public-service areas. By providing comprehensive information about application processes, project requirements, and evaluation criteria, the document seeks to enhance collaboration between government entities and external organizations, ensuring successful project delivery and effective utilization of allocated funds.
    This document outlines a series of federal government RFPs, grants, and local initiatives aimed at enhancing various sectors. The primary focus is on identifying opportunities for funding and collaboration among government agencies and contractors. Key topics include the procurement process for projects, eligibility criteria for applicants, and specific areas of interest that align with federal priorities such as infrastructure, public health, and environmental sustainability. The document highlights the importance of adherence to regulatory standards and the necessity for comprehensive proposals that address community needs and government objectives. Additionally, it emphasizes the strategic partnerships between federal entities, state, and local organizations to foster efficient project execution and resource allocation. Overall, the document serves as a vital resource for potential applicants seeking to engage with government funding mechanisms while promoting transparency and accountability in public spending.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CONTRACTOR-OWNED, CONTRACTOR OPERATED (COCO) RETAIL FUEL SERVICES IN ALTUS AFB, OKLAHOMA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for Contractor-Owned, Contractor-Operated (COCO) retail fuel services at Altus Air Force Base (AFB) in Oklahoma. The contract will involve the operation, maintenance, and management of fuel services, specifically for commercial-grade gasoline and diesel, over a base period from October 1, 2025, to September 30, 2029, with options for extensions through 2049. This procurement is crucial for ensuring a reliable fuel supply to support military operations while promoting small business participation, particularly targeting women-owned and service-disabled veteran-owned entities. Interested contractors must submit their proposals by March 26, 2025, and can reach out to Candice Ekwoge at Candice.Ekwoge@dla.mil or Dominique Vest at Dominique.1.Vest@dla.mil for further inquiries.
    Dredge Jadwin Lube Oil for USACE MVK
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking quotes from qualified small businesses for the procurement of lubricating oil for the Dredge Jadwin, specifically Exxon Mobil Gard 410 NC or Chevron 710 LE 40, along with the disposal of used oil. The contract will cover the delivery of up to 25,000 gallons of oil over a two-year period, from March 1, 2025, to February 28, 2027, with shipments averaging 2,000 gallons each, and the contractor will also be responsible for the removal and disposal of up to 11,000 gallons of used oil. This procurement is critical for maintaining the operational efficiency of the dredge while ensuring compliance with environmental regulations regarding oil management. Interested vendors must submit their quotes electronically by March 10, 2025, and can direct inquiries to Javonta Roper at javonta.a.roper@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil, with an estimated contract value of up to $334,375.00.
    FY25 Fire Department Propane
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for propane delivery services for the fiscal year 2025 at Fairchild Air Force Base in Washington. The procurement involves supplying a total of 11,363.6 gallons of commercial-grade propane, which will be delivered on an as-needed basis to support the Fire Department's training operations, with a firm-fixed-price contract structure. This opportunity is set aside for small businesses under NAICS code 457210 (Fuel Dealers), emphasizing the government's commitment to engaging small enterprises in essential service delivery. Interested vendors must submit their bids by March 7, 2025, and can direct inquiries to A1C Valerie Lawrence at valerie.lawrence@us.af.mil or 509-247-8138, with a total contract value capped at $20,000.
    Oil Pump Assembly, E (3M)
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is issuing a Request for Proposal (RFP) for the acquisition of oil pump assemblies, specifically NSN 2995-01-425-4066 NZ, part number 4083997, intended for Foreign Military Sales (FMS). The procurement requires a total of four units, with three designated for one delivery location and one for another, all to be delivered by September 21, 2025. These oil pump assemblies are classified as Critical Safety Items (CSI), underscoring their importance in defense operations, and offerors must adhere to stringent quality assurance standards. Proposals must be submitted by March 13, 2025, and interested parties can contact Rhonda Ehrhardt at rhonda.ehrhardt@us.af.mil or by phone at 405-414-4876 for further details.
    Davis-Monthan 2025 Air Show - AVgas & Refueling
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide aviation fuel and oil services for the Davis-Monthan Air Show scheduled for March 19-23, 2025. The procurement includes the supply of specific quantities of aviation fuels, such as 2816 gallons of 100LL, and various types of oils, which must meet ASTM D-910 standards prior to delivery at designated locations. This opportunity is crucial for ensuring the operational readiness and safety of aircraft during the air show, adhering to stringent safety and compliance regulations. Interested small businesses must submit their quotes and any inquiries by the specified deadlines, with the primary contact being Jonathan Turk at jonathan.turk@us.af.mil or 520-228-5405.
    Liquid Petroleum Gas for Tinker AFB
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the delivery and maintenance of liquefied petroleum gas (LPG) to Tinker Air Force Base in Oklahoma. The contract requires the contractor to supply and maintain 40 propane tanks, with an estimated delivery of 2,500 gallons in the first year and 2,700 gallons in the option year, necessitating bi-weekly deliveries and regular maintenance of the tanks. This procurement is critical for ensuring the operational readiness of Tinker AFB, emphasizing compliance with safety, environmental regulations, and quality assurance measures. Interested contractors should contact Corinne Kuge at Corinne.Kuge@dla.mil or Allison Douglewicz at allison.douglewicz@dla.mil for further details, and proposals must adhere to the guidelines outlined in the solicitation documents.
    F-35 Fuel Stands
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of two F-35 Fuel Stands to be delivered to Naval Air Station JRB in Texas. The stands must adhere to stringent federal regulations and safety standards, including OSHA and USAF guidelines, with specifications emphasizing aluminum construction, modular design, and safety features such as self-adjusting stairs and slip-resistant flooring. These fuel stands are critical for maintaining operational readiness and safety in military aviation. Interested small businesses must submit their proposals, including shipping costs, by the specified deadline, and can direct inquiries to Emily Crotta at emily.crotta@us.af.mil or Todd Benner at todd.benner@us.af.mil.
    AFS FUEL BLADDERS
    Buyer not available
    The Bureau of Land Management's Alaska Fire Service is soliciting proposals for the procurement of fuel bladders and specialized storage containers under Request for Quotation (RFQ) number 140L0225Q0003. This procurement aims to acquire various sizes of fuel bladders—500, 1,000, and 2,000 gallons—constructed from military-grade fabric, designed for durability and safety, and equipped with necessary operational features. The goods are essential for effective fuel storage and containment, supporting the operational needs of fire services in Alaska. Interested vendors must submit their proposals by 4:00 PM Alaska Daylight Savings Time on March 7, 2025, and ensure they are registered in the System for Award Management (SAM). For inquiries, contact Cory Cornell at ccornell@blm.gov or by phone at 907-356-5773.
    PUMP, FUEL, METERING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of fuel metering pumps under solicitation number SPRTA1-25-R-0114. The requirement includes a quantity of 7 to 44 units of specified fuel pumping equipment, with an emphasis on firm pricing for a period of 120 days. These components are critical for aircraft and missile prime movers, highlighting their importance in maintaining operational readiness and efficiency within defense logistics. Interested contractors must submit their offers by March 7, 2025, and can direct inquiries to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 405-855-7126.
    Nozzle, Fuel, Injection (3B)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking quotations for the procurement of 29 units of a critical safety item, specifically a fuel injector nozzle (NSN: 2915-01-308-5486). This procurement is essential for maintaining aircraft engine performance and safety, as the fuel injector nozzle plays a crucial role in the engine fuel system. Interested vendors must submit their quotes by March 17, 2025, and should note that this opportunity is not set aside for small businesses. For further inquiries, vendors can contact Rhonda Ehrhardt at rhonda.ehrhardt@us.af.mil or by phone at 405-414-4876.