SOLICITATION: SPE605-25-R-0208 (ALASKA, POSTS, CAMPS & STATIONS (PC&S) PP 3.9)
ID: SPE60525R-0208Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Petroleum Refineries (324110)

PSC

FUEL OILS (9140)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due May 13, 2025, 2:00 AM UTC
Description

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 contract will cover an ordering period from October 1, 2025, to September 30, 2030, with delivery required within 48 hours after the ordering period begins, and includes a partial small business set-aside for specific line items. This procurement is critical for ensuring the timely supply of essential fuel resources to support military operations and federal activities in the region. Interested vendors 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.

Point(s) of Contact
Files
Title
Posted
Apr 12, 2025, 12:07 AM UTC
The document outlines Quality Technical Provisions for various types of automotive fuels, including gasoline and diesel, intended for governmental delivery to multiple locations in Alaska. Detailed specifications refer to multiple Quality Assurance Provisions (QAPs) that dictate standards for fuel delivery, including references to Federal Aviation Administration (FAA) standards for aviation fuel and ASTM standards for fuel oils. Key deliveries include regular and premium unleaded gasoline, aviation gas, turbine fuels, and diesel fuel, with specified quantities, delivery addresses, and service codes. Each fuel type comes with specific delivery instructions, including modes (e.g., tank truck, barge), addressing, and contact information for responsible parties at delivery sites. The delivery period for all listed items spans from October 1, 2025, to September 30, 2030, with established base prices and escalators for price adjustments based on specified indices. The meticulous structure ensures adherence to safety and regulatory compliance while addressing the fuel needs of various government entities. The document signifies a crucial framework for managing petroleum supply requirements within federal, state, and local collaborations.
Apr 12, 2025, 12:07 AM UTC
The document outlines a list of small business set-aside Service Line Item Numbers (SLINs) related to fuel procurement, specifically automotive and aviation gasoline, as well as burner fuel oil and diesel fuel, designated for use in Alaska. Each entry details the item number, location, product description, delivery quantity, and pricing structure. The majority of items focus on gasoline and burner fuel, provided in varying quantities from different suppliers, with prices varying based on the product and delivery method. The supply chain information reflects the government’s initiative to engage small businesses for fuel services, emphasizing the significance of local procurement in state and federal contracts. This document serves as a key resource in the context of government Requests for Proposals (RFPs) and grants aimed at supporting small vendors within relevant sectors, fostering economic growth while ensuring accessibility to essential resources in government operations.
Apr 12, 2025, 12:07 AM UTC
The Posting History Worksheet provides a structured format for offerors in response to federal RFPs, specifically SPE605-25-R-0208. The document outlines critical components necessary for documenting price postings related to specific products and delivery locations. Key sections include the identification of the offeror, product line item, the company name for which prices apply, and essential dates. The worksheet mandates the entry of the posted price effective on a designated reference date of January 2, 2025, as set by the government. Offerors are further instructed to calculate and report the average price over the previous 12 months, from January 1 to December 31, 2024. Additionally, a spreadsheet must be completed to reflect daily effective prices within this period. This systematic approach is aimed at ensuring transparency and consistency in price reporting, which is critical for evaluating offers in the government procurement process. The requirements emphasize the importance of accurate pricing data to facilitate fair competition and informed decision-making in federal contracting.
The document outlines a comprehensive set of dates spanning from January 1, 2024, to December 31, 2024, potentially indicating a timeline for company postings related to federal government RFPs (Requests for Proposals) and grants. The continuous list of dates suggests a structured schedule for the submissions of proposals, applications, or reports tied to various government funding opportunities. The absence of company names or specific posting labels in the visible portion may imply that this file serves as a log or calendar for various federal and state/local procurement processes. The intended audience appears to include government agencies and private enterprises seeking to align their submissions with the specified timelines for effective participation in federal funding programs. The format appears to emphasize organization and adherence to deadlines, which are critical for successful responses to government solicitations. Moreover, the document does not provide detailed content regarding the nature of the RFPs or grants, focusing instead on the temporal aspect of the postings. This highlights the strategic importance of timing in government contract opportunities.
Apr 12, 2025, 12:07 AM UTC
The document serves as a directive for federal and state/local entities regarding the submission and management of Requests for Proposals (RFPs) and federal grants. It provides guidelines for eligible organizations to seek funding for various projects that align with government priorities. Key elements include detailed instructions on application processes, required documentation, eligibility criteria, and evaluation procedures for grant applications. Furthermore, the file outlines deadlines for submissions and emphasizes the significance of compliance with federal regulations. The intent of the guidelines is to ensure transparency and fairness in the procurement process while facilitating collaboration between different levels of government and stakeholders. This strategic approach aims to promote efficient allocation of resources, ultimately enhancing public service delivery and community development. The document underlines the necessity for applicants to clearly define project objectives and demonstrate potential impacts effectively. Overall, it captures the government's commitment to fostering innovation and addressing community needs through well-structured funding opportunities.
Apr 12, 2025, 12:07 AM UTC
The document is a solicitation for fuel sourcing under the reference SPE605-25-R-0208. It specifically requests detailed information regarding refineries or storage facilities involved in supplying the required fuel products. Respondents must provide the country of origin, names and addresses of these facilities, the specific products to be sourced, the quantities secured monthly or yearly, the mode of transportation, and any transit countries. This comprehensive data collection is essential for the government to evaluate potential suppliers and ensure compliance with procurement regulations. The focus on transparency and source verification is critical in government contracting, particularly for essential resources like fuel. This document is part of a broader initiative aligned with government procurement and funding efforts, affirming accountability and strategic sourcing in federal operations.
Apr 12, 2025, 12:07 AM UTC
The document outlines the registration process for external users to create an account in the Automated Maintenance Planning System (AMPS). It emphasizes the importance of providing accurate contact information for the Security Officer and Supervisor, as notifications for role requests are sent to them. Users must answer three security questions and create a secure password that meets specific criteria. There are different registration paths depending on the user type: non-DLA federal agency users, suppliers/vendors, and public users, each requiring varying information. For military, civilian employees, or contractors, the document specifies the inclusion of Cyber Awareness Training dates and the necessity of Security Officers and Supervisors. The registration steps guide users through entering their information, selecting user types, accepting privacy statements, and confirming account details. Successful registration leads to a confirmation of the new AMPS user ID. Overall, the document serves as a comprehensive guide for external users aiming to access AMPS, ensuring they understand the registration requirements and procedures necessary to engage with Department of Defense systems safely.
The document serves as a guide for authorized vendors on how to request the Offer Entry Tool (OET) Vendor Role in the Automated Management and Processing System (AMPS). This role is exclusively available to external vendors and contractors using the new AMPS platform. The guide outlines the step-by-step process for logging into AMPS, requesting a vendor role, and submitting role requests, including entering mandatory information, selecting the appropriate role, and providing justification for access. A confirmation email will be sent once the request has been submitted, indicating the ongoing approval process. This systematic approach is crucial for vendors participating in government requests for proposals (RFPs) and grants, ensuring their ability to submit offers effectively. The document emphasizes adherence to privacy regulations and the importance of completing all necessary entries correctly to avoid errors during the request process.
Apr 12, 2025, 12:07 AM UTC
This document outlines the vendor registration and bidding process for the Defense Logistics Agency’s (DLA) Energy Solicitation related to Posts, Camps, and Stations (PCS) fuel procurement. Vendors must initially register through the DLA-Energy Account Management and Provisioning System (AMPS) to obtain a unique User Name and Password. Upon accessing the PCS Offer Entry Tool (OET), the vendor verifies their company information and selects relevant Purchase Programs before entering bids. The guide details the step-by-step bid entry process, emphasizing how to select line items, filter options, and submit bids, either in standard rounds or through reverse auctions. Bids must be submitted with an attached PDF package containing all necessary documentation, such as FARs and certificates. Sensitive to potential amendments to the solicitation, the vendor is advised to check Federal Business Opportunities for updates. The document ensures that vendors can repeatedly refine and resubmit their bids until the bid round closes, illustrating the dynamic nature of the bidding process. Overall, it serves as a comprehensive manual for vendors aiming to successfully navigate government fuel procurement solicitations.
Apr 12, 2025, 12:07 AM UTC
This document outlines the requirements for the past performance questionnaire, as part of solicitation SPE605-25-R-0208, for contractors bidding on federal contracts in Alaska. Each offeror is instructed to complete both this questionnaire and a Contractor Past Performance Data Sheet. Responses must detail specific capabilities related to contract compliance, delivery schedules, customer relations, and performance trends. The focus is on providing concrete examples to substantiate claims, while ensuring that responses conform to formatting guidelines, including page limitations and font size. The questionnaire consists of five core areas to address: compliance with specifications and workmanship, adherence to delivery schedules and project management, customer relations and satisfaction, assessment of contract performance trends, and problem resolution capabilities. Each offeror must be thorough in their responses, noting any areas that do not apply. The document is structured to elicit clear and concise evidence of past performance, which is crucial in the competitive bidding process for government contracts. This request for past performance information is pivotal in evaluating the capability and reliability of contractors, reflecting the federal government's emphasis on accountability and quality in procurement processes.
Apr 12, 2025, 12:07 AM UTC
The document is a contractor performance data sheet attached to solicitation SPE605-25-R-0208 for federal contracting purposes related to Alaska posts, camps, and stations. It requires potential contractors to provide details on three relevant government or non-government contracts or subcontracts executed within the last three years, focusing on contracts similar to the solicitation's requirements. For each entry, bidders must include information such as the company name, contract type, and a detailed description of services performed, along with contract amounts and performance periods. If a contractor lacks similar experience, they may indicate this by marking a specified checkbox. This document emphasizes the importance of demonstrated past performance in evaluating proposals for government contracts, adhering to the standards set forth in the Federal Acquisition Regulation (FAR).
This document outlines the requirements for a supplier commitment letter related to solicitation number SPE605-25-R-0208. It specifies that if awarded the contract, the supplier must provide detailed information regarding the contract's execution, including the volume of products in U.S. gallons, product specifications, points of delivery, contract performance periods, applicable escalation provisions, and delivery and inspection terms. The letter emphasizes adherence to clause L2.07 on evidence of responsibility and mandates that all relevant details must be clearly outlined. The supplier's point of contact must sign the letter to validate the agreement. This document serves as part of the process for ensuring suppliers meet contractual obligations and standards in government procurement operations. It reflects the need for clarity and compliance in the bidding process associated with federal and local initiatives.
The document appears to be an error message related to the inability to display the contents of a PDF file. It suggests upgrading to the latest version of Adobe Reader or using alternative assistance provided by Adobe. The message includes information about trademark registrations for Windows, Mac, and Linux operating systems. Given the lack of substantive content regarding government RFPs, federal grants, or state and local RFPs, there are no key ideas or supporting details to summarize. The main purpose of the document seems to be to inform the user of technical issues related to document access rather than convey specific government-related information. As such, it does not meet the criteria for a typical analytical overview of government files.
Apr 12, 2025, 12:07 AM UTC
The document outlines the terms and conditions for contract performance related to transportation and delivery of supplies under a federal government solicitation. It specifies that contractors must not use debarred or suspended transportation companies and must notify the Contracting Officer of any changes in transporters. Delivery conditions for barge shipments are detailed, including the ordering process, laytime requirements, and obligations for notification upon arrival. Contractors must provide all necessary equipment for delivery and obtain permits for transportation, ensuring compliance with hazardous materials regulations. The document also includes clauses regarding responsibilities for tax liabilities, felony convictions, and requirements for certifications, reflecting the government's stringent standards for contractor eligibility and accountability. This framework aims to ensure safety, efficiency, and regulatory compliance in governmental contracting processes related to supply delivery, with a focus on environmental hazards and proper documentation.
Apr 12, 2025, 12:07 AM UTC
The document pertains to Solicitation SPE605-25-R-0208 and serves as a Sub-K Data Sheet for a federal procurement process. Its primary purpose is to outline the requirements for prime contractors to disclose all subcontractors associated with their bids. Information that must be provided includes the subcontractor's name, CAGE code, address, the specific type of work they will undertake, and the states where they are authorized to operate. This structured data collection aids in verifying subcontractor compliance and contributes to the integrity of the procurement process, underlining the importance of transparency in governmental contracting activities. Engaging multiple levels of subcontractors emphasizes the need for clear accountability in project execution. Overall, the document plays a crucial role in managing federal contracts and ensuring adherence to relevant laws and regulations.
Apr 12, 2025, 12:07 AM UTC
The document outlines a solicitation (SPE605-25-R-0208) issued by the Defense Logistics Agency (DLA) Energy for the procurement of various fuel products for the Department of Defense and federal civilian agencies in Alaska. The procurement period spans from October 1, 2025, to September 30, 2030, with additional delivery time extending to October 30, 2030. This is a combined solicitation for commercial items under FAR provisions and includes a partial small business set-aside, promoting participation from small business entities. Key elements include delivery terms, quality technical specifications for fuel products, and instructions for submitting proposals, which must be done electronically via the DLA Energy Offer Entry Tool. The solicitation emphasizes compliance with various federal acquisition standards and mandates that offerors adhere to a 180-day price acceptance period. A question-and-answer phase is permitted until April 22, 2025, to support vendors in their proposals. Contact details for DLA representatives are provided for further inquiries. This solicitation reflects the government's ongoing commitment to securing essential fuel supplies efficiently and effectively amidst specific operational requirements in Alaska.
Apr 12, 2025, 12:07 AM UTC
The document is a solicitation (SPE605-25-R-0208) issued by the Defense Logistics Agency - Energy, aimed at procuring various fuel products for Department of Defense and federal civilian agencies in Alaska. The solicitation period runs from October 1, 2025, to September 30, 2030, with delivery required within 48 hours after the ordering period begins. It specifically addresses the procurement process for commercial items and sets forth various regulations, guidelines, and opportunities for small businesses, indicating a partial small business set-aside for certain line items. Notably, some delivery locations, like Eareckson Air Station, face challenges due to ongoing pier repairs, necessitating alternative delivery methods. Proposals must be submitted via the DLA Energy Offer Entry Tool by May 12, 2025, and include compliance with numerous requirements, including registration in the System for Award Management and adherence to specific clauses and certifications. The overall goal is to ensure efficient and timely procurement of fuel to support military operations while providing opportunities for small businesses to participate in the contracting process within set guidelines.
Lifecycle
Title
Type
Combined Synopsis/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 acquire various fuel types, including Naval Distillate (F-76), JP5, JP8, and Jet A-1, to support military operations across multiple locations in the AEM geographic area. The contract will cover a delivery period from July 1, 2025, to June 30, 2026, with a mandatory electronic submission process via the Bulk Offer Entry Tool (OET). Interested vendors must submit their proposals by January 14, 2025, at 3 PM EST, and can direct inquiries to Gerardo Gomez or Paul Johnson via their provided email addresses.
SOLICITATION COG 6 (3.26), CAMPS & STATION
Buyer not available
The Department of Defense, through the Defense Logistics Agency 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) for fuel types such as gasoline, jet fuel, and biodiesel, with a performance period extending from the date of award until May 31, 2028. This solicitation is set aside entirely for small businesses, with approximately 691 line items designated for small businesses and 67 for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of supporting these entities in government contracting. Interested offerors 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, or secondary contact Matthew Womer at Matthew.womer@dla.mil or 571-355-4188.
Alaska Prime Vendor (DLA Troop Support Subsistence)
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Alaska Prime Vendor contract (Solicitation SPE300-25-R-0011), aimed at providing full-line food services support to military and federally funded customers in Alaska. This procurement is intended to secure a reliable supply of various food items, including dairy, meats, and meal kits, essential for sustaining military operations in the region. The contract will be a 5-year Tiered Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, emphasizing ethical sourcing and compliance with federal regulations, particularly concerning labor practices. Interested parties must submit their proposals electronically by April 3, 2025, at 3:00 PM EST, and can contact Matt DePetris or Veronica Faso 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.
DLA Energy Hawaii 3.10 Fuel Program Request for Information (RFI) SPE60525RFI1006
Buyer not available
The Defense Logistics Agency (DLA) Energy is issuing a Request for Information (RFI) SPE605-25-RFI-1006 to identify businesses capable of providing ongoing ground fuel support for the DLA Energy 3.10 Fuel Program across the Hawaiian Islands over a five-year period. The program anticipates the procurement of approximately 30 million gallons of various fuel types, including diesel, gasoline, and biodiesel, with specific compliance to federal, state, and local environmental regulations as outlined in associated specifications. Interested companies are required to submit their capabilities, including details on fuel supply, transportation methods, and socioeconomic program participation, by April 28, 2025, to the designated contacts, Hannah Savine and Kimberly Binns, at the provided email addresses.
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.
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).
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.
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 in Oklahoma. The procurement aims to establish a reliable supply chain for commercial-grade gasoline and diesel, focusing on the safe and efficient receipt, storage, and dispensing of fuel products while ensuring compliance with environmental regulations and quality standards. This initiative is critical for maintaining operational readiness and supporting military logistics, with a contract term spanning from October 1, 2025, to September 30, 2029, and options for extensions through 2049. Interested small businesses, particularly those that are women-owned or service-disabled veteran-owned, must submit their proposals by April 24, 2025, and can reach out to Candice Ekwoge at Candice.Ekwoge@dla.mil or Dominique Vest at Dominique.1.Vest@dla.mil for further information.
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.