DLA Energy Bulk Petroleum - JPTS
ID: SPE60225R0700Type: Solicitation
Overview

Buyer

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

NAICS

Petroleum Refineries (324110)

PSC

FUEL OILS (9140)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the procurement of bulk aviation turbine fuel under the solicitation number SPE602-25-R-0700. The procurement aims to secure an estimated total of 15,200,000 gallons of aviation turbine fuel for delivery to various locations, including Beale Air Force Base in California and Texas City, Texas, over a contract period from April 1, 2025, to March 31, 2029. This fuel is critical for supporting military operations, particularly for aviation needs, ensuring operational readiness and compliance with safety standards. Interested vendors must submit their proposals by March 18, 2025, and can direct inquiries to primary contact Tracey Grinstead at tracey.grinstead@dla.mil or secondary contact Amanda Webster at amanda.webster@dla.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Offer Submission Package for Solicitation SPE602-25-R-0700, associated with the Defense Logistics Agency (DLA) Energy's supply procurement program for bulk petroleum products. It specifies a delivery period stretching from April 1, 2025, to March 31, 2029, with a series of option years. Proposals must be submitted by March 18, 2025, and include various mandatory documents, such as the signed Standard Form 1449 and safety data sheets. Key sections of the offer package detail the required information about products to be furnished, shipping points, pricing structures, and quality assurance protocols. Offerors must provide specifics on product availability, production capacity, refinery shutdown schedules, and any requests for exception to the solicitation terms. Also outlined are instructions for shipping conditions, including free time for unloading and transportation rates. The summary emphasizes the importance of adherence to the submission guidelines and quality control measures to ensure compliance and competitiveness in the bidding process. This solicitation reflects the government's ongoing efforts to procure necessary energy supplies while maintaining rigorous standards and operational readiness.
    The document outlines the requirements for the transportation and unloading of specified cargo types involving transport trucks, trailers, and Sea Vans (intermodal containers) as part of a government procurement activity. It specifies that transport trucks must have a minimum of two hours of free unloading time, with detention rates applicable if the government causes delays. For Sea Vans, a minimum of three days of free time is required unless stated otherwise in the solicitation schedule. In relation to claims for detention costs, all invoices must go directly to the Contracting Officer. Furthermore, the file includes detailed processes for electronic funds transfer payments, requiring contractors to supply bank information for transactions. Additional compliance provisions address representations related to telecommunications equipment, potential tax liabilities, and corporate felony convictions. An important aspect of this document is to ensure contractors comply with federal regulations, making it essential for businesses vying for government contracts to adhere to outlined procedures. This documentation is critical for suppliers, as failing to provide relevant information may render bids nonresponsive, and compliance with environmental and telecommunications regulations significantly affects eligibility for contract awards.
    The document appears to be an inaccessible PDF regarding government RFPs, federal grants, and state/local RFPs. It provides instructions for viewing the document, suggesting that users update their Adobe Reader software for optimal access. Despite the lack of content, the intended topic seems to relate to federal procurement opportunities and funding programs that may benefit various projects or organizations. The reference to upgrading software indicates the importance of accessing up-to-date government information and documentation, which is essential for stakeholders involved in such proposals or grants. Overall, while the actual contents are missing, the context suggests a focus on facilitating the dissemination of government-related funding opportunities and the significance of technical accessibility in understanding such documents.
    The Defense Logistics Agency Energy's document outlines the delivery conditions and regulations for fuel supplies under federal contracts. It details the methods of delivery for various vehicles (tank cars, trucks, and pipelines), stipulating responsibilities of contractors regarding loading, transportation, and unloading. The key points include the requirement for timely deliveries, the contractor’s obligation to maintain shipping equipment and provide skilled personnel, and the procedures for determining quantities during transport. It also specifies the rights of the government for inspection and measuring quantities at both origin and destination points. The contract period for applicable deliveries lasts until March 31, 2026, with certain conditions regarding the quantity of supplies. Overall, this document serves as guidance for contractors to comply with federal regulations concerning the safe and efficient delivery of energy supplies, aiming at ensuring reliability in logistics operations for government energy needs.
    The document outlines the addenda to the Federal Acquisition Regulation (FAR) 52.212-4 concerning contract terms for commercial products and services as of November 2023. Key provisions include stipulations on inspection and acceptance practices linked to specific Quality Assurance Procedures (QAPs), allowing for unilateral changes under specified FAR clauses. Furthermore, it confirms that contract pricing encompasses all federal, state, and local taxes unless otherwise indicated in certain contract texts. Additionally, the document specifies that the terms of termination for cause align with a detailed reference defined in the contract. This addenda serves to clarify essential terms and conditions applicable to federal contracts, ensuring compliance and uniformity in dealings with commercial entities within the public procurement framework.
    The document outlines the instructions for offerors regarding federal procurement for commercial products and services, as per FAR 52.212-1. Key points include the specification of NAICS codes and small business size standards, submission requirements for offers, and guidelines for late submissions and product samples. Offerors are required to submit a comprehensive proposal, including a technical description of the items, price, warranty terms, and past performance information. Proposals should remain valid for 30 days and can include multiple offers with alternative terms. The government evaluates offers based on compliance with solicitation criteria, intending to award contracts without discussions unless necessary. Furthermore, it details the availability of requirements documents, the necessity of a Unique Entity Identifier for offers exceeding the micro-purchase threshold, and outlines the debriefing process for unsuccessful offerors. Overall, the document serves as a procedural guide for businesses looking to bid on government contracts, emphasizing the importance of clarity and completeness in proposals.
    The document provides step-by-step instructions for obtaining and formatting geographical coordinates for a specified shipping point, relevant to government RFPs and federal grant applications. The procedure begins with accessing Google Maps and selecting satellite view, then locating the designated pier by entering a location name, such as DFSP Craney Island in Portsmouth, VA. Users are directed to obtain the latitude and longitude by clicking on the location, recording it, and converting it to a specific format required by the Office of Environmental Technology (OET). Notably, the submission must exclude decimal points, specifying an example of acceptable formatting. Additionally, the document includes instructions on how to create and utilize a keyboard shortcut for inserting degree symbols in Word, which is applicable for indicating coordinates in various documents. This detailed guidance ensures that applicants in the government contracting process can accurately present location data essential for compliance and evaluation under federal and local requirements.
    The document provides guidelines and essential information regarding federal and state/local Requests for Proposals (RFPs) and federal grants. It outlines the procedures for agencies to create, issue, and evaluate RFPs, ensuring compliance with legal and regulatory frameworks. Important aspects covered include the criteria for funding eligibility, application requirements, evaluation metrics, and timelines for submission and review. The document emphasizes transparency, fairness, and the importance of stakeholder engagement throughout the solicitation process. It serves as a resource for potential applicants and agency officials, detailing best practices for proposal development and submission. Overall, it underscores the government's commitment to accountability and effective allocation of resources in public projects and funding initiatives.
    The document is an Offer Submission Package for solicitation SPE602-25-R-0700, issued by the Defense Logistics Agency (DLA) Energy. It outlines the requirements for potential suppliers to submit bids for bulk petroleum products over multiple contract periods, with a base year from April 1, 2025, to March 31, 2026, and three optional renewal years. To be considered, offers must be submitted by February 3, 2025. Required documentation includes signed forms, letters of commitment, safety data sheets, and transportation agreements. Vendors are instructed to provide detailed pricing, supply capabilities, shipping points, and quality assurance plans. Additionally, the document emphasizes compliance with various clauses related to shipping points, refinery information, and foreign taxes. It includes requirements for detailing free time and detention rates for transport vehicles and mandates transparency regarding any refinery shutdowns that might affect supply availability. The purpose of this RFP is to ensure that the DLA receives competitive and compliant offers for fuel supply contracts, supporting the broader goals of government procurement processes. This document serves as a comprehensive guide for interested vendors to prepare their submissions in adherence to regulatory standards and timelines.
    The Defense Logistics Agency (DLA) is seeking justification for a non-competitive procurement increase of Jet Petroleum Thermally Stable (JPTS) delivered to Osan Air Base, South Korea. Due to an impending shutdown of SK Energy, the sole supplier of JPTS in Korea, from April to August 2025 for environmental inspections, the agency requires an additional 150,000 U.S. gallons of JPTS valued at approximately $673,420.95. This action will ensure continued support for U.S. Air Force operations in the Indo-Pacific region, particularly the U-2 aircraft's Intelligence, Surveillance, and Reconnaissance mission. The justification is grounded in U.S. law and federal regulations permitting contracts without full competition when only one source can fulfill the government's needs. Historical data shows no alternative providers capable of meeting specific military fuel testing and refining requirements. The DLA previously attempted to solicit other suppliers but received no viable responses. Their market analysis reinforces SK Energy’s unique position as the only compliant supplier capable of timely delivery for this critical mission. The proposal thus emphasizes the necessity of a firm-fixed-price contract to maintain operational readiness amidst potential supply chain disruptions.
    The document outlines a solicitation for the procurement of bulk aviation turbine fuel by the Defense Logistics Agency (DLA) Energy. The solicitation number SPE602-25-R-0700 specifies the requirements and terms for potential contractors to deliver a total estimated quantity of 15,200,000 gallons of aviation turbine fuel over several delivery periods spanning from April 2025 to March 2029, with specific addresses for delivery sites in South Korea and Texas. The acquisition is unrestricted, allowing all qualified bidders to participate, while encouraging small businesses. The shipping and delivery parameters, including the need for specific fittings for trucks and railcars, are detailed, ensuring compliance with safety and operational standards. Additionally, the document includes guidance on the submission of offers, details about transportation evaluation penalties, and procurement notes related to small business contacts and emergency procedures. Sections on inspection, acceptance, contract clauses, and payment processing indicate the comprehensive regulatory framework guiding this solicitation, reflecting the government's emphasis on quality assurance and compliance in procurement practices.
    The document appears to be a corrupted file, rendering its content unintelligible and devoid of coherent information. Consequently, an analysis of its main topic, key ideas, and supporting details is not feasible due to the absence of legible text. As a result, there are no discernible themes or purposes to summarize regarding government RFPs, federal grants, or local initiatives. The file does not meet the criteria for a standard evaluative document, nor does it provide useful insights or data pertinent to funding opportunities, project specifications, or compliance within the governmental context. Essential elements such as project scope, stakeholder engagement, or funding requirements are missing altogether. Due to this lack of substantive content, a brief yet focused summary cannot be constructed from this material.
    This document serves as an amendment to Solicitation SPE602-25-R-0700, issued by DLA Energy for the procurement of turbine fuel (aviation) for Beale Air Force Base, CA, and Texas City, TX. The key purpose of the amendment is to reduce the required delivery quantity for Beale AFB from 1,150,000 to 1,092,500 US gallons due to insufficient competition. The specified requirements involve different delivery modes, including bulk truck and railcar, alongside performance periods extending from April 1, 2025, to March 31, 2029. The amendment also includes updates on delivery specifications, service codes, and the number and capacity of tanks at each site. It emphasizes adherence to quality technical provisions and outlines various parameters related to delivery and logistics, such as required fittings, delivery hours, and conditions specific to each location. Overall, this amendment reflects the government’s intention to maintain effective supply channels for essential aviation fuel while adapting to market conditions and competition levels, thereby ensuring contract compliance and operational readiness.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    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 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.
    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.
    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.
    PUMP,FUEL,ELECTRICAL
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of electrical fuel pumps, specifically for the CH-47 Weapon System. This opportunity, outlined in Amendment 0002 to Solicitation SPRRA125R0063, modifies the original contract to extend the proposal due date from November 20, 2025, to December 15, 2025, and increases the production quantity from 14 to 38 units. The fuel pumps, classified under NSN 2910-01-466-9681, are critical components for military vehicles, ensuring operational readiness and efficiency. Interested vendors should note that all other terms and conditions remain unchanged, and they can contact Barry Barnett at barry.barnett@dla.mil or call 256-924-7922 for further information.
    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.
    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.
    *SEE AMENDMENT #3: TIMELY COA Required: RFQ Tinian International Airport, 26,000 USG (JA1), RDD Jan 16, 18(DEADLINE TO PICK UP ISO CONTAINERS) 2026, QUOTES DUE DEC 16TH, 2025 AT 3PM EST FT. BELVOIR TIME
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting quotations for the delivery of 26,000 US gallons of Turbine Fuel, Aviation (Jet A1) to Tinian International Airport, Northern Mariana Islands, with a required delivery date of January 16, 2026. Vendors must ensure compliance with specific requirements, including the provision of Certificates of Analysis (COA) for each delivery, the use of a 4-inch Cam lock style connector for fuel issuance, and the removal of empty ISO-containers by January 18, 2026. This procurement is critical for supporting U.S. Marine Corps operations and is set aside exclusively for small businesses under NAICS code 324110. Quotations are due by 3:00 PM Ft. Belvoir Time on December 16, 2025, and interested parties should direct inquiries to Brian Hobbs at Brian.Hobbs@dla.mil or Luis Beza-Cay at Luis.Beza-Cay@dla.mil.
    Bradley Engine Fuel Tank; Sole Sourced to BAE Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of Bradley Engine Fuel Tanks, specifically a one-time buy of 80 units from BAE Systems & Armaments L.P. This contract, categorized as a Firm-Fixed Price (FFP) agreement, is established under unusual and compelling urgency to support the U.S. Army Tank-automotive and Armaments Command (TACOM). The fuel tanks, identified by National Stock Number 2910-01-620-2142 and Part Number 12535649, are critical components for military vehicles, ensuring operational readiness. Proposals are due by December 15, 2025, and interested parties can contact Kelsey Brown at kelsey.e.brown@dla.mil for further information.