Site Support Yuma AZ
ID: SP470625Q0049Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO-COLUMBUS-DIVISION-2COLUMBUS, OH, 43218, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for site support maintenance related to Hydrant Fueling Automation Maintenance (HFAM) at the Marine Corps Air Station (MCAS) in Yuma, Arizona. The primary objective of this contract is to test and replace outdated wiring for Auto start/stop relays, ensuring compliance with DLA standards and safety codes, including National Fire Protection Association regulations. This maintenance is crucial for maintaining operational efficiency and safety standards within military energy infrastructure. Interested contractors must submit their proposals by August 16, 2025, and can contact Elizabeth Hanlon at Elizabeth.Hanlon@dla.mil or call 614-692-1655 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for Site Support Maintenance (SSM) related to Hydrant Fueling Automation Maintenance (HFAM) at Yuma Marine Corps Air Station (MCAS), Arizona. The main objective is to test and replace outdated wiring for Auto start/stop relays and ensure compliance with Defense Logistics Agency (DLA) standards and safety codes, including various National Fire Protection Association (NFPA) regulations. Key tasks involve procuring parts, testing and repairing the system, improving control wiring, and documenting changes. The contractor must deliver a comprehensive As-Built electrical drawing and perform System Operational Verification Testing (SOVT) prior to system turnover. Maintenance practices will be updated in the Master Site Inventory and preventive measures implemented on new equipment. The contract mandates adherence to specific security protocols, background checks, and training for personnel involved in the project. Overall, the PWS aims to maintain operational efficiency while adhering to federal regulations and standards necessary for managing energy automation systems.
    The Energy Automation Operational Technology Sustainment (EAOTS) performed a site survey to assess the Hydrant Fueling Automation Maintenance (HFAM) system at MCAS Yuma, Arizona. The purpose of the survey was to evaluate technical requirements, troubleshoot operational issues, and verify configurations related to fueling operations for both rotary and fixed-wing aircraft. Conducted over two days, the survey was successful due to favorable weather and site access. Key findings included discrepancies in wiring and design drawings, with multiple loose wires, incorrect panel wiring, and transient voltage issues identified. Recommendations for improvement emphasize the necessity of updating wiring schematics, correcting wiring errors, and ensuring all components operate correctly. The report ultimately indicates that no additional site visit is necessary, as current observations and findings sufficiently validate existing conditions. KRC advised on specific corrective actions, including testing components and creating accurate As-Built drawings to align with actual site conditions, ensuring operations' safety and efficiency in compliance with technical standards.
    The document is a Solicitation/Contract Form for commercial items issued by the Defense Logistics Agency (DLA). It outlines a requirement for a one-time provision of systems engineering services, specifically focused on maintenance support for Energy Automation Operational Technology at Yuma Marine Corps Air Station, Arizona. The solicitation, numbered SP4706-25-Q-0017, expects offers to be submitted by August 16, 2025, with a pricing requirement set as firm fixed price. Key details include the necessity for contractors to provide all personnel and materials to sustain automated hydrant fueling systems, including testing and replacing wiring. The document emphasizes the importance of submitting accurate and timely quotes via email, and it includes mandatory clauses and conditions derived from the Federal Acquisition Regulation (FAR). The solicitation is unrestricted, encouraging participation from various business types, including small and women-owned businesses. Detailed instructions on attachment requirements and specific labor regulations are provided, ensuring compliance and quality assurance throughout the procurement process. This engagement represents the government's commitment to maintaining operational readiness and safety standards within military energy infrastructure.
    Lifecycle
    Title
    Type
    Site Support Yuma AZ
    Currently viewing
    Solicitation
    Similar Opportunities
    LTC RFP N0038326R0016
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and renewal of aircraft fuel tanks under solicitation number N0038326R0016. The procurement involves detailed requirements for configuration management, engineering changes, and adherence to military and commercial standards for preservation, packaging, and marking of the fuel tanks. These components are critical for maintaining the operational readiness of military aircraft, ensuring safety and efficiency in fuel management. Interested parties should note that the response deadline has been extended to December 17, 2025, and can contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER11.CIV@US.NAVY.MIL for further information.
    PUMP,FUEL,ELECTRICAL
    Buyer not available
    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.
    GOCO Alongside Aircraft Refueling Services NAS Whiting Field
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking proposals for Alongside Aircraft Refueling Services at Naval Air Station (NAS) Whiting Field in Florida. The contractor will be responsible for managing, maintaining, and operating Government-Owned, Contractor-Operated (GOCO) fuel storage facilities, ensuring the safe handling and accountability of petroleum products, while complying with environmental and safety regulations. This procurement is set aside for Service-Disabled Veteran Owned Businesses (SDVOSB) under NAICS code 493190, with a firm fixed-price contract anticipated to include a four-year base period and one five-year option. Interested parties should prepare for the solicitation expected to be posted between May and June 2025, with a closing date approximately 45 days thereafter. For further inquiries, contact Sean Turner at sean.turner@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL.
    AMG Spares in Support of the Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals from qualified small businesses for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to procure spare parts in support of the CECOM Mast Group, Hydraulic-Pneumatic OA-9054(V)4/G (AMG). The procurement includes fourteen specific National Stock Numbers (NSNs) for various components such as Rotary Pump Units, Antenna Positioners, and Mast Control units, with estimated annual quantities provided for each item. This acquisition is critical for maintaining operational readiness and support for military systems, with a guaranteed minimum contract value of $25,000 and a maximum value of $13,000,000 over a five-year base period. Interested parties must submit their proposals by December 19, 2025, and can contact Keaneesha A. Canady at keaneesha.a.canady@dla.mil or Kyle White at kyle.white@dla.mil for further information.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    Government-Owned, Contractor-Operated (GOCO) Fuel Storage Services in Vandenberg AFB, CA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified contractors to provide Government-Owned, Contractor-Operated (GOCO) fuel storage services at Vandenberg Air Force Base (AFB), California. The procurement encompasses bulk storage services, retail service station support, aircraft services, and comprehensive fuels management, ensuring safe handling, quality control, and accountability of petroleum products. This contract is critical for supporting base operations, airshows, deployments, and other contingencies, with a focus on maintaining environmental safety and operational efficiency. The solicitation is anticipated to be posted in December 2025, with a closing date approximately 45 days thereafter. Interested parties should contact Ayanna Jackson-Charles at Ayanna.Jackson-Charles@dla.mil or Alicia Williams at Alicia.Williams@dla.mil for further information, and must be registered in the System for Award Management (SAM) to participate.
    Contractor-owned, Contractor-operated (COCO) bulk retail services at two locations on Fort Bragg, NC.
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking small business sources to provide Contractor-Owned, Contractor-Operated (COCO) bulk retail fuel services at two locations on Fort Bragg, North Carolina. The contractor will be responsible for the operation, maintenance, and management of fuel facilities capable of storing significant quantities of military-grade aviation fuel (F24), commercial gasoline (MUR), and commercial diesel (ULSD), ensuring quality control and accurate accounting for petroleum products. This procurement is critical for maintaining the fuel supply chain for military operations, with a firm, fixed-price contract anticipated for a four-year base period and five additional five-year options, potentially extending the contract duration to 29 years. Interested firms must submit their responses by December 3, 2025, at 3:00 PM local Ft. Belvoir, VA time, via email to Morishita.Armstead@DLA.MIL, providing detailed company profiles and demonstrating their capabilities in fuels management.
    NOM: CONSOLE, TEST CONTROL; WSDC: [69F/ END ITEM: MUNITIONS LIFT TRAILER; PR: 7010462761 NSN: 4920-016807968: IAW: P/N 180348-100 RFP: SPE4A526R0086
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Console, Test Control, specifically identified by NSN 4920-016807968 and part number 180348-100, with a quantity of one unit required. This procurement is unrestricted and is intended for the Munitions Lift Trailer, with the original equipment manufacturer being Hydraulics International, Inc. The delivery schedule is set for 185 days after receipt of order, with inspection and acceptance occurring at the destination. Interested parties must submit their proposals within 45 days of the notice publication, with the anticipated solicitation issue date on or about December 3, 2025, and a closing date of January 2, 2026. For further inquiries, potential offerors can contact Diana Bell at 445-737-4550 or via email at diana.bell@dla.mil.
    DLA Ozone Depleting Substances (ODS) And Hydrofluorocarbons (HFC) Support Services
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Support Services, aimed at providing essential contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, with a focus on managing ODS/HFC products and ensuring compliance with environmental regulations. This contract will be awarded as a firm-fixed-price agreement for a base year with four additional option years, emphasizing the importance of technical capabilities and past performance in the evaluation process. Proposals are due by December 18, 2025, with questions accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.
    Carrier Drive Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.