Direct Supply of Natural Gas US Central Region - SPE604-25-R-0402
ID: SPE604-25-R-0402Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGYFORT BELVOIR, VA, 22060, USA

NAICS

Natural Gas Extraction (211130)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)
Timeline
  1. 1
    Posted Mar 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 7:00 PM UTC
Description

The Defense Logistics Agency (DLA) Energy is soliciting proposals for the direct supply of natural gas to various Department of Defense and federal civilian installations across multiple states, including Colorado, Illinois, Indiana, Kansas, Kentucky, Michigan, Missouri, and Ohio. The procurement aims to secure an estimated quantity of 15,309,971 dekatherms (dths) of natural gas over a 24-month delivery period starting October 1, 2025, with fixed-price contracts that include economic price adjustments. This initiative is crucial for ensuring a reliable energy supply to government facilities, promoting participation from small businesses, including HUBZone and women-owned entities, while adhering to federal regulations. Interested offerors must submit their proposals by 3:00 p.m. Eastern Time on April 11, 2025, and can direct inquiries to Damion Biagas or Jeremy Vatter via email or phone.

Files
Title
Posted
The document outlines Solicitation SPE604-25-R-0402, which details the area of supply interest for various locations across several states, specifically related to utility services from designated local distribution companies (LDCs) or pipelines. It lists multiple line items, each representing facilities such as military bases and VA medical centers within states like Kentucky, Michigan, Indiana, and Illinois, along with the associated utility providers. Each entry indicates whether potential suppliers intend to offer services and whether they are authorized to operate within the specified locales. Additionally, suppliers must demonstrate twelve months of technical experience in serving retail or commercial customers connected to these LDCs. The structure organizes the information by state and facility, creating groups based on proximity and service provider. This solicitation serves as a request for proposals (RFP) targeting qualified suppliers to engage in utility provision, emphasizing compliance and local market familiarity, critical in government contracting scenarios.
Apr 9, 2025, 4:06 PM UTC
The document outlines the requirements for submitting past performance information by offerors responding to a federal solicitation (SPE604-25-R-0402). It specifically requests details on previous contracts similar to the current solicitation, with the emphasis on contracts held within three years prior to the submission deadline. Offerors must fill out a designated table containing fields for their company name, contract number, point of contact, email address, total quantities related to pipeline, LDC (local distribution company), or burnertip, as well as the period of performance. The submission must comply with Clause L705, which informs the offerors about the necessity of providing this information in the specified format. The overall goal is to evaluate the offeror’s experience and reliability in fulfilling requirements aligned with the solicited project. This request forms a crucial part of the evaluation process related to federal grants and RFPs, aimed at ensuring that only qualified bidders engage in government contracts.
Apr 9, 2025, 4:06 PM UTC
The Small Business Subcontracting Plan outlines the requirements for federal contractors to include small businesses in their subcontracting efforts as mandated by Public Law and FAR guidelines. The document differentiates between Individual Plans covering specific contracts and Commercial Plans applicable to the offeror’s overall fiscal year. Key components include the establishment of subcontracting goals among various small business categories—such as Small Businesses (SB), Veteran-Owned Small Businesses (VOSB), and Women-Owned Small Businesses (WOSB)—specifying planned dollar amounts and percentages to be subcontracted. Procedures for administering the program are detailed, including methods for identifying potential small business sources, ensuring equitable opportunities for subcontractors, and maintaining thorough records of outreach efforts, compliance, and payment practices. Moreover, the plan stipulates reporting obligations to assist the government in monitoring the effectiveness of small business participation. Overall, the document serves to enhance the integration of small businesses within federal contracting, ensuring both compliance and fostering opportunities for diverse businesses in government subcontracts.
Apr 9, 2025, 4:06 PM UTC
The document outlines a solicitation for natural gas services made by various government installations across several states, categorized into specific line items tied to certain local distribution companies. Each item includes details such as customer name, location, estimated volume requirements for summer and winter seasons, and stipulations regarding pricing factors which suppliers must align with to be eligible for awarding contracts. The contracts are structured so that each tied group of line items will be awarded to a single supplier, emphasizing the need for comprehensive pricing submissions across all related items. An assessment of estimated usage over three years is provided, indicating expected natural gas consumption on a monthly basis. Additionally, the document includes parameters for the solicitation period, delivery options, and payment methodologies linked to daily indexed prices. Key considerations include telemetering for usage monitoring, requirements for maintaining daily communication with local distribution companies, and terms governing curtailment protocols. This structured procurement strategy is central to ensuring consistent energy supply for government facilities while optimizing vendor engagement and contract management processes.
Apr 9, 2025, 4:06 PM UTC
The DLA Energy FEADA document outlines the representations, certifications, and statements required from offerors in the context of a procurement for natural gas under solicitation SPE604-25-R-0402. It emphasizes compliance with various Federal Acquisition Regulation (FAR) clauses including independent price determination, certification regarding payments to influence federal transactions, and disclosures of ownership structures. Offerors must certify the independence of their pricing, avoid disclosing information that might restrict competition, and disclose any lobbying activities. Key definitions include ownership terms crucial for understanding control structures and liabilities in bidding. The document elucidates legal and compliance prerequisites such as certifications related to delinquent taxes, criminal charges, and the adherence to telecommunications regulations ensuring no prohibited equipment or services are provided. It serves to ensure fair competition, transparency in the bidding process, and accountability among contractors. The clarity in representations aids in maintaining the integrity of federal transactions and protects government interests in awarding contracts. Ultimately, this document is integral to upholding ethical standards in procurement processes at federal, state, and local levels.
Apr 9, 2025, 4:06 PM UTC
The document outlines the Federal Acquisition Regulation (FAR) 52.212-5, detailing contract terms and conditions that contractors must comply with when acquiring commercial items and services. It lists key FAR clauses that integrate various statutory provisions and executive orders into contracts, including prohibitions on confidentiality agreements, contracting with specified entities, and mandates for accelerated payments to small business subcontractors. Sections enumerate clauses addressing ethics, subcontracting guidelines, and small business utilization, as well as labor standards and employment rights. The document emphasizes compliance with regulations that protect government interests, facilitate fair labor practices, and ensure transparency in government contracting. It mandates that contractors maintain records for audit purposes and clarifies which FAR clauses must be included in subcontracts, particularly focusing on those that improve small business opportunities and compliance with labor laws. Overall, this FAR clause aims to ensure contractor accountability and adherence to federal laws, enhancing ethical business conduct and promoting veteran and disability rights in federal contracting contexts.
Apr 9, 2025, 4:06 PM UTC
The document details a Request for Proposal (RFP) related to natural gas utility services for the Veterans Affairs Medical Center (VAMC) in Marion, Illinois. It outlines installation specifics, including the address and utility account information with Ameren Illinois. The estimated gas usage is broken down annually and seasonally over a three-year period (2025-2027), reflecting significant variations—11,500 Dths in Year One, 40,950 Dths in Year Two, and 29,450 Dths in Year Three. The parameters specify a delivery type classified under "Firm" with additional criteria related to overage, shortage volumes, and a stipulated adjustment factor. Notably, contractors are required to invoice based on burner tip readings and include utility fuel loss in their pricing structure. The contract period spans from October 1, 2025, to September 30, 2027, suggesting a commitment to facilitate continuous supply for the facility within federal guidelines. This RFP underscores the government's ongoing efforts to secure reliable fuel procurement for essential services at VAMC Marion.
Apr 9, 2025, 4:06 PM UTC
The document outlines a Request for Proposal (RFP) from the Defense Logistics Agency (DLA) Energy for the supply and delivery of natural gas. The solicitation, SPE604-25-R-0402, requires proposals by April 11, 2025, and is open to various business types, including small businesses, HUBZone, and women-owned entities. Participation is encouraged through submission of both technical and pricing proposals following specified guidelines. The RFP details the responsibilities of the contractor, including acting as a nominating agent for local distribution companies (LDCs) and ensuring compliance with outlined supply requirements. Different delivery options are provided such as firm, limited interruptible, and interruptible deliveries, each with specific terms on payment and penalties for non-compliance. It emphasizes transparency in pricing, including adjustments based on market indices, and lays out conditions for contract extensions and the consequences of inadequate performance. The document prioritizes equity for small business participants while adhering to federal regulations, including compliance with the Federal Acquisition Supply Chain Security Act. This solicitation indicates DLA Energy's intention to enhance its natural gas supply chain, serving federal entities effectively while promoting diverse business engagement.
Apr 9, 2025, 4:06 PM UTC
This document is an amendment/modification of a government solicitation, specifically identified by contract ID SPE60425R0402, dated March 11, 2025. It communicates changes made to the original solicitation, including the removal of several Federal Acquisition Regulation (FAR) clauses related to equal opportunity compliance and affirmative action. Additionally, revisions to FAR 52.212-5 concerning contract terms and conditions are detailed, focusing on sustainable products and services. Line Item 0016 for the VAMC Marion, Illinois, has been updated to reflect a change in rate classification from GDS-3 to GDS-4. All remaining terms and conditions are stated to remain unchanged and in full force. The document outlines the procedural requirements for acknowledging the amendment and the implications of changes made, emphasizing the importance of accuracy in documentation and compliance with federal regulations. This amendment aims to ensure all parties understand the revisions made to the solicitation and maintain adherence to updated guidelines within the context of federal contracting.
Apr 9, 2025, 4:06 PM UTC
The document outlines the Q&A for the DLA Energy's RFP SPE604-25-R-0402, focusing on the procurement of natural gas services. It specifies that indicative prices are due concurrently with technical proposals and details the pricing methodologies allowed during operational flow orders (OFOs). It emphasizes the need for suppliers to adhere to specific invoicing requirements, with variations based on client distribution companies in Illinois and Michigan. Additionally, suppliers are responsible for managing supply at certain installations, with clarifications on state tax exemptions and penalties for exceeding storage limits. Notable line items include inquiries regarding supplier pools and billing strategies, particularly for locations like NSA Crane and Wright Patterson AFB. Balancing concerns arising from NICOR's tariff changes are addressed, indicating a preference for suppliers to collaborate to mitigate costs. This Q&A serves as a vital reference for ensuring compliance with billing, invoicing, and service expectations, aiming for a transparent and efficient procurement process in the government's natural gas services framework.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
New York 2025
Buyer not available
The Department of Defense, through the Defense Logistics Agency Energy (DLA Energy), is soliciting proposals for the supply of electricity and ancillary services to various federal installations in New York, under the solicitation titled "New York 2025." The procurement aims to secure retail electricity offers for a 24-month base period, commencing with the meter read date in December 2025 and concluding in December 2027, with an estimated total annual quantity of 204,464,350 kWh. This initiative is crucial for ensuring reliable energy supply to federal facilities, supporting operational efficiency and sustainability goals. Interested offerors must submit their proposals by April 25, 2025, and can direct inquiries to Jacob Sigler at jacob.sigler@dla.mil or Sydney Kincaid at sydney.kincaid@dla.mil for further information.
SOLICITATION COG 6 (3.26), CAMPS & STATION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking proposals for the procurement of various petroleum fuel products under solicitation SPE60523R0206, specifically for Posts, Camps, and Stations (PC&S). The procurement includes a total of 758 Contract Line Items (CLINs), with a performance period extending from the date of award until May 31, 2028, and is set aside entirely for small businesses, including specific allocations for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The fuels required encompass a range of types, including gasoline, jet fuel, and biodiesel, with quantities specified for each product, reflecting the critical operational needs of military and governmental facilities. Interested offerors must submit their proposals by May 1, 2023, and can direct inquiries to Danette Stewart at danette.stewart@dla.mil or Matthew Womer at Matthew.womer@dla.mil for further information.
SOLICITATION: SPE605-25-R-0208 (ALASKA, POSTS, CAMPS & STATIONS (PC&S) PP 3.9)
Buyer not available
The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of various fuel products for the Department of Defense and federal civilian agencies in Alaska, under solicitation number SPE605-25-R-0208. The procurement encompasses a delivery period from October 1, 2025, to September 30, 2030, with specific requirements for fuel types and delivery methods, particularly addressing challenges at locations like Eareckson Air Station due to ongoing pier repairs. This opportunity emphasizes a partial small business set-aside, encouraging participation from small vendors while ensuring compliance with federal acquisition regulations. Interested parties must submit their proposals electronically via the DLA Energy Offer Entry Tool by May 12, 2025, at 10:00 PM EST, and can direct inquiries to Sandra A. Smallwood at sandra.smallwood@dla.mil or Kimberly Binns at kimberly.binns@dla.mil.
2.3 EAST INTOPLANE DOMESTIC
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the procurement of various petroleum fuel products to support military and federal civilian operations at commercial airports across multiple states and territories, including Connecticut, Florida, and Puerto Rico. The solicitation, identified as SPE607-25-R-0201, requires offerors to deliver aviation turbine fuel, specifically Jet A-1, from October 1, 2025, to March 31, 2029, with strict adherence to quality and safety standards as outlined in MIL-STD-1548H. This procurement is critical for ensuring the operational readiness of government aircraft and compliance with aviation regulations. Interested parties must submit their proposals by May 23, 2025, at 1:00 PM EST, and can contact Jamika Forde at jamika.forde@dla.mil or 571-767-6959 for further information.
DLA Energy - Bulk Petroleum Products Western Pacific/Middle East Program
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking proposals for the procurement of bulk petroleum products under the Western Pacific and Middle East Program, specifically targeting naval distillate (F76) and aviation turbine fuels (JP5 and JA1). The procurement involves significant quantities, with estimated needs of approximately 201,804,001 gallons of F76 and 420,833,005 gallons of JP5 and JA1 combined, to be delivered via various modes including tanker and barge, with no small business set-asides applicable. This initiative is crucial for maintaining operational readiness and logistical support for U.S. military operations in these regions, with the delivery period set from January 1, 2026, to December 31, 2026. Interested vendors must submit their offers through the Offer Entry Tool (OET) and are encouraged to familiarize themselves with the submission requirements ahead of time; for further inquiries, they can contact Grant Wulliman or Christopher W. Clement via their provided emails.
Turkey Automation (1.8Q)
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking proposals for the Turkey Automated Tax Free Fuel Program, which involves supplying unleaded gasoline and diesel fuel for U.S. government vehicles in Turkey. The contract will be a Fixed Price Requirements Contract with Economic Price Adjustment, covering an estimated delivery of 425,000 US gallons of gasoline and 180,000 US gallons of diesel fuel to designated fueling stations from July 1, 2025, to July 31, 2030, with a potential six-month extension. This procurement is critical for ensuring compliance with Turkish regulations and tax exemptions for U.S. entities while maintaining operational efficiency for government operations. Interested vendors must submit their proposals electronically by April 29, 2025, and can contact John Stanislaus at john.stanislaus@dla.mil or Georgia Dotson at georgia.dotson@dla.mil for further information.
DLA Energy FY25 Annual Procurement Forecast of Petroleum Acquisitions
Buyer not available
The Defense Logistics Agency (DLA) Energy is announcing its Fiscal Year 2025 Annual Procurement Forecast for petroleum acquisitions, detailing the anticipated procurement of various petroleum products. The forecast includes estimates of 75.05 million barrels for bulk and PCS, 3.95 million barrels for IntoPlane, 2.03 million barrels for bunkers, and 2.41 million barrels for non-contract acquisitions, totaling approximately 83.44 million barrels. This procurement is crucial for supporting military operations and ensuring the availability of essential fuel supplies. Interested vendors should reach out to Ayodele Warburton at ayodele.warburton@dla.mil or 571-363-8969, or Kurtiss Beach at kurtiss.beach@dla.mil or (571) 767-4306 for further details.
COG 3 PC&S Fuel Program 3.23 Basic Agreement SPE605-20-R-0233
Buyer not available
Combined Synopsis/Solicitation DEPT OF DEFENSE DLA ENERGY is seeking vendors who have the industry knowledge to handle high tempo and time-constrained requirements. They intend to enter into Basic Agreements with eligible contractors to supply and deliver fuel products, including diesel, gasoline, jet fuel, and AVGAS, within the DLA Energy COG 3 PC&S 3.23 program. This program requires vendors to provide ground fuel services to the Department of Defense (DoD) and Federal Civilian customers in various locations in Delaware, Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, West Virginia, and Washington DC. Additional requirements may emerge as determined by the Government's needs. Future requirements will be solicited through either a Request for Proposals (RFP) for a long-term contract (LTC) or a Request for Quotations (RFQ) for one-time purchase contracts, commonly known as One-Time Buys (OTBs).
Medical Gas Cylinders
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking suppliers for a Firm Fixed Price Requirements contract to procure three types of medical gas cylinders, specifically Oxygen USP Size D, Oxygen USP Size H, and Nitrous Oxide 250 gal, for the period of 2025 to 2030. The contract will consist of one base year and four option years, with annual estimated quantities of 6,000 units for Size D Oxygen, 500 units for Size H Oxygen, and 100 units for Nitrous Oxide. These medical gas cylinders are essential for healthcare applications and must comply with FDA regulations, with delivery to the Defense Distribution Depot in Tracy, California, expected within 120 days of order. Interested parties can contact Amber Way at amber.way@dla.mil or (445) 737-7529 for further details, with the anticipated solicitation date set for April 30, 2025.
Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Laughlin AFB, TX and Randolph AFB, TX
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Laughlin Air Force Base (AFB) and Randolph AFB in Texas. The procurement aims to secure fuel management services, including receipt, storage, transfer, issuance, and inventory management of fuel products, ensuring compliance with environmental standards and quality controls. This contract is critical for maintaining operational readiness and efficiency in military fuel supply operations, with a base performance period from January 1, 2026, to December 31, 2029, and an option for an additional five years. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit proposals by May 7, 2025, and can contact Kamilah Coleman at Kamilah.Coleman@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL for further information.