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
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 12, 2025, 12:00 AM UTC
  3. 3
    Due Feb 7, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the procurement of bulk petroleum products under the solicitation titled "DLA Energy Bulk Petroleum - JPTS." The procurement aims to secure a total estimated quantity of 15,200,000 gallons of aviation turbine fuel, with delivery periods spanning from April 2025 to March 2029, and specific delivery locations in South Korea and Texas. This initiative is crucial for ensuring reliable energy supplies to support military operations, reflecting the government's commitment to maintaining operational readiness. Interested vendors must submit their proposals by March 18, 2025, and can direct inquiries to Tracey Grinstead or Amanda Webster via their respective emails for further information.

Point(s) of Contact
Files
Title
Posted
Mar 12, 2025, 3:06 PM UTC
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.
Mar 12, 2025, 3:06 PM UTC
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.
Mar 12, 2025, 3:06 PM UTC
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.
Mar 12, 2025, 3:06 PM UTC
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.
Mar 12, 2025, 3:06 PM UTC
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.
Mar 12, 2025, 3:06 PM UTC
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.
Mar 12, 2025, 3:06 PM UTC
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.
Mar 12, 2025, 3:06 PM UTC
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.
Mar 12, 2025, 3:06 PM UTC
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.
Mar 12, 2025, 3:06 PM UTC
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.
Mar 12, 2025, 3:06 PM UTC
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.
Mar 12, 2025, 3:06 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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 for the 2025 Purchase Program. This procurement aims to secure various types of fuels, including distillate fuel and turbine aviation fuels (JP5, JP8, and JA1), to support military operations across multiple locations within the AEM geographic area. The contract will cover a delivery period from July 1, 2025, to June 30, 2026, with a total estimated purchase of approximately 726 million gallons of fuel, emphasizing compliance with safety and quality standards. Interested vendors must submit their proposals electronically via the Bulk Offer Entry Tool (OET) by January 14, 2025, at 3 PM EST, and can direct inquiries to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.mil.
SOLICITATION COG 6 (3.26), CAMPS & STATION
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking proposals for the procurement of various petroleum fuel products under solicitation SPE60523R0206, specifically aimed at supporting the Department of Defense and Federal Civilian Agencies. The procurement includes a total of 758 Contract Line Items (CLINs) for different fuel types, with a significant portion set aside for small businesses and Service-disabled Veteran-owned Small Businesses (SDVOSBs). This initiative is crucial for ensuring a reliable supply of fuel necessary for military and governmental operations, with a performance period extending from the date of award through May 31, 2028. Interested vendors must submit their proposals by May 1, 2023, and can direct inquiries to primary contact Danette Stewart at danette.stewart@dla.mil or 571-363-8808.
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.
See Amendment 7; SPE605-24-R-0204 DLA Energy Posts, Camps & Stations (PC&S) Japan PP 1.8G
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking proposals for the procurement of petroleum fuel products for military installations in Japan under solicitation SPE605-24-R-0204. This opportunity involves a requirements-type contract for various fuel types, including burner fuel oils, kerosene, and gasoline, with a performance period extending from the date of award through June 30, 2029. The procurement is critical for ensuring a reliable fuel supply to support U.S. military operations in the region, with specific delivery requirements and pricing adjustments based on market conditions. Interested offerors must submit their proposals by April 7, 2025, and can contact Mary Katherine Richardson at MARY.K.RICHARDSON@DLA.MIL or Candy Cross at CANDY.CROSS@DLA.MIL for further information.
Amendment 0002 1.2P PACOM OVERSEAS INTO-PLANE SOLICITATION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the procurement of Aviation Turbine Fuel, specifically Jet A-1, under the Amendment 0002 1.2P PACOM Overseas Into-Plane Solicitation. This procurement requires compliance with stringent environmental regulations and adherence to the latest ASTM D1655 specifications, including the use of specific additives such as Fuel System Icing Inhibitor and Corrosion Inhibitor/Lubricity Improver, while prohibiting non-approved additives. The successful provision of this fuel is critical for ensuring operational effectiveness and compliance with industry standards for military and governmental operations. Interested vendors should contact Joseph Teye-Kofi at Joseph.Teye-Kofi@dla.mil or Kimberly Morgan at kimberly.d.morgan@dla.mil for further details, with the performance expected to take place in Fort Belvoir, Virginia.
Ship Propulsion Fuel (Bunkers)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the procurement of Ship Propulsion Fuel (Bunkers) for U.S. vessels at various global ports. This procurement includes Distillates and Residuals, specifically Commercial Marine Gas Oil (MGO), Intermediate Fuel Oils (IFO 180 and IFO 380), Very Low Sulfur Fuel Oil (VLSFO), and potentially MILSPEC products like JP5 and F76 for Navy ships, with deliveries scheduled from October 1, 2024, to October 31, 2025. The initiative is critical for maintaining operational readiness and compliance with environmental standards in military logistics, emphasizing quality assurance and rigorous documentation practices. Interested vendors must register in the SEA Card® Online program and can direct inquiries to Francis Murphy at Francis.c.Murphy@dla.mil or Jasper Pili at Jasper.Pili@dla.mil, with the ordering period commencing on October 1, 2024.
Direct Supply of Natural Gas US Central Region - SPE604-25-R-0402
Buyer not available
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, commencing on October 1, 2025, with contracts expected to be fixed price with economic price adjustment (FP/EPA). This initiative is crucial for ensuring a reliable energy supply to government facilities while promoting participation from diverse business entities, including small businesses and those owned by women and veterans. Interested offerors must submit their proposals by 3:00 p.m. Eastern Time on April 11, 2025, and can direct inquiries to Damion Biagas at Damion.Biagas@DLA.mil or Jeremy Vatter at Jeremy.Vatter@dla.mil.
Reedo, Estonia Turbine Fuel, Aviation (JP8) Requirement
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking proposals for the procurement of Aviation Turbine Fuel (JP8) to be delivered to various locations in Reedo, Estonia. The contract, which is not set aside for small businesses and will be awarded under Full and Open Competition, requires bidders to demonstrate their capability through proof of supplier and transportation agreements, a commitment letter from suppliers, and a certificate of analysis for the fuel. This procurement is critical for supporting military operations, ensuring compliance with federal and state environmental regulations, and maintaining operational efficiency in fuel supply logistics. Proposals must be submitted electronically by April 15, 2025, with the contract expected to commence upon award and continue until October 31, 2027. Interested parties can contact DLA Energy-FEPCA at DLAENERGYFEPCA@dla.mil or Orlando Merritt at Orlando.Merritt@dla.mil for further information.
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).
DLA Energy – Worldwide Additives Program (FSII Supplemental)
Buyer not available
The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of Fuel System Icing Inhibitor (FSII) as part of its Worldwide Additives Program. This solicitation aims to establish contracts for the bulk supply of FSII, which is critical for military fuel operations, ensuring the reliability and safety of fuel systems in various conditions. The anticipated ordering period extends from the date of award through December 31, 2026, with proposals due by April 9, 2025, and all submissions must comply with specified delivery methods and safety regulations. Interested vendors can reach out to Natalie Charles at natalie.charles@dla.mil or Matthew Padfield at matthew.padfield@dla.mil for further inquiries.