Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Laughlin AFB, TX and Randolph AFB, TX
ID: SPE603-25-R-0512Type: Solicitation
Overview

Buyer

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

NAICS

Other Warehousing and Storage (493190)

PSC

OPERATION OF FUEL SUPPLY FACILITIES (M1NA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due May 7, 2025, 1:00 PM UTC
Description

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.

Files
Title
Posted
Apr 8, 2025, 9:06 PM UTC
The Performance Work Statement (PWS) under Solicitation # SPE603-25-R-0512 outlines the required operational and management services for Aircraft/Ground Fuel Services and Fuel Storage and Distribution at Randolph AFB, TX. The contractor is responsible for ensuring safe and efficient handling, quality control, and inventory management of fuels, complying with federal, state, local, and military regulations. Key duties include staffing, conducting fuels operations during various conditions, maintaining equipment and facilities, and adhering to safety and environmental protection standards. The contractor must develop detailed plans for contract compliance, operations, product quality, maintenance, safety, security, and environmental protection within a specified timeline. Emphasis is placed on the shared responsibility during contract turnover, staff training, and thorough documentation of all actions taken. This solicitation reflects the government’s commitment to effective fuels management necessary for military operations, supporting safety and compliance within the mission-critical activities at military installations. The document serves a dual purpose: facilitating the bidding process for contractors while ensuring the government's operational requirements and standards are met comprehensively.
Apr 8, 2025, 9:06 PM UTC
The Performance Work Statement (PWS) outlines the requirements for contracted aircraft and ground fuel services at Laughlin AFB, TX, under Solicitation SPE603-25-R-0512. It details the scope of work, including staffing, operations, maintenance, training, safety, security, and environmental protection. The contractor will be responsible for ensuring safe and efficient handling of petroleum products, managing inventory, conducting maintenance, and providing necessary training to personnel. Compliance with federal, state, and local regulations is mandated, along with quality control measures for fuel handling and environmental protection practices. The contractor must also prepare detailed plans covering contract compliance, operations, safety, security, and training to be submitted post-award. A systematic turnover process and cooperation with current personnel are expected during contract initiation and termination phases. The document emphasizes the importance of adequate staffing and training, stating that personnel must possess requisite qualifications and certifications. Additionally, it defines key personnel roles and qualifications, highlighting the need for qualified individuals in managerial, operational, and technical positions to ensure mission continuity. This PWS serves as a critical guideline to standardize operations at military installations while ensuring safety, accountability, and environmental compliance within fuel service operations.
Apr 8, 2025, 9:06 PM UTC
The document is a solicitation for commercial items issued by DLA Energy, specifically pertaining to a contract with requisition number SPE603-25-R-0512. The solicitation was issued on April 7, 2025, with offers due by May 7, 2025, and emphasizes that the acquisition is 100% unrestricted. It encourages proposals from various business categories, including small businesses and women-owned enterprises. The solicitation outlines essential details such as the method of solicitation (RFQ), delivery terms for FOB Destination, and incorporates federal acquisition regulations (FAR) relevant to the contract. The document is structured to facilitate the submission of offers, including providing spaces for item descriptions, quantities, unit prices, and invoicing details. The overall purpose is to solicit bids for the provision of goods and services, ensuring compliance with federal guidelines while promoting inclusivity for diverse business types in the contracting process. This initiative reflects the government's aim to efficiently procure needed resources while fostering opportunities for small and disadvantaged businesses.
Apr 8, 2025, 9:06 PM UTC
The document outlines the Past Performance Questionnaire for solicitation SPE603-25-R-0512, focused on assessing contractor performance at Randolph & Laughlin AFB, TX. It serves as a structured evaluation tool for clients to detail contractors' adherence to contract specifications, timeliness, cost management, personnel management, small business compliance, regulatory adherence, and overall business relationships. The evaluation process involves providing ratings from "Exceptional" to "Unsatisfactory," reflecting contractors' performance against established criteria. Clients are instructed to include narratives that capture both positive and negative aspects of performance. This questionnaire is critical for federal contractors, serving as a part of the source selection information to ensure effective and compliant contract execution in line with government standards and practices. Overall, it emphasizes the importance of accurately reporting contractor performance to safeguard federal interests and maintain transparency in procurement processes.
Apr 8, 2025, 9:06 PM UTC
The government file outlines a Request for Proposals (RFP) for the operation and management of Government Owned Contractor Operated (GOCO) retail/bulk fuel services at Randolph AFB and Laughlin AFB, Texas. The contract will be awarded separately for each location. The services are required for a base period from January 1, 2026, to December 31, 2029, with an option for a subsequent period from January 1, 2030, to December 31, 2034. Each line item specifies the quantity of months (48 for the base and 60 for the option) and requires the contractor to submit a monthly pricing proposal. The document emphasizes adherence to the Performance Work Statement (PWS) and other stipulated terms and conditions. The primary aim is to ensure the efficient operation and maintenance of government-owned fuel facilities, which highlight the necessity for reliable fuel management services within the military context. Overall, this RFP indicates the government’s strategy to contract out essential operational services while maintaining compliance with performance standards.
The document serves as a consent form for joint venture partners and subcontractors involved in the Defense Logistics Agency (DLA) Energy's solicitation for the operation and maintenance of fuel facilities. It outlines the necessity for these partners to consent to the release of their past and present performance information to prime contractors during the evaluation process. This requirement is rooted in the government's emphasis on assessing the performance history of all parties to ensure the best value in contract awards. The consent form mandates that the partners must agree before their performance data, which is confidential, can be disclosed. By signing the form, partners facilitate an evaluation process that is critical for the source selection. The submission of the completed consent forms alongside past performance information is important for compliance and proper consideration in the contracting process. Overall, this document underscores the importance of collaboration and transparency within federal contracting frameworks, particularly regarding the sharing of performance data to enhance trust and decision-making in awarding contracts.
The document pertains to the Solicitation # SPE603-25-R-0512 issued by the Defense Logistics Agency (DLA) Energy for Quality Assurance Provisions (E-QAPS) at Randolph and Laughlin Air Force Bases, Texas. The purpose of this solicitation is to seek qualified contractors to implement quality assurance provisions for various energy-related projects. The document outlines the requirements and expectations bidders must meet, including adherence to established quality standards and proper documentation processes. Key components include monitoring energy supply quality, ensuring compliance with safety regulations, and maintaining operational effectiveness of all energy systems. Moreover, the solicitation emphasizes the importance of contract compliance and effective communication between the contractor and government representatives. By adhering to these provisions, the DLA aims to enhance energy efficiency and reliability within the relevant bases while ensuring sustainable practices. Overall, the document serves as a guideline for potential contractors in understanding the scope of work and the standards required for successful project execution.
The document is a Wage Determination under the Service Contract Act, issued by the U.S. Department of Labor for the DLA Energy contract related to Fuel Management Services at Randolph AFB, Texas. It specifies the wage rates and fringe benefits for employees covered by a Collective Bargaining Agreement (CBA) between T Square Logistics Services Corporation and the Industrial, Technical and Professional Employee Union Local 4873, effective from October 1, 2023, to September 30, 2026. The determination reiterates that employees must be compensated according to the wage rates and benefits outlined in the current CBA. This document emphasizes compliance with labor standards while providing guidelines necessary for contractors engaged under federal contracts, reflecting a commitment to fair labor practices within governmental contracts.
Apr 8, 2025, 9:06 PM UTC
The document outlines Wage Determination No. CBA-2021-222 for Laughlin Air Force Base, Texas, under the Service Contract Act. It establishes collective bargaining terms between T Square Logistics Corporation and the Aeronautical Industrial District International Association of Machinists and Aerospace Workers Local 776, effective from November 29, 2023, to November 30, 2026. The agreement mandates that employees involved in DLA Energy's fuel management services receive specified wage rates and benefits as determined by the collective bargaining agreement. Key provisions include recognition of the union as the exclusive representative of employees, the company's managerial rights, grievance procedures, and the framework for dealing with layoffs and transfers. Additionally, it prohibits strikes and lockouts to ensure uninterrupted service to the federal government and details the process for grievance handling and arbitration. The agreement reinforces the importance of labor relations in federal contracts, emphasizing compliance with labor standards while safeguarding employee rights and benefits. This document serves as a crucial resource for understanding employee rights, management responsibilities, and contractual obligations regarding wage determinations in government-related work.
Apr 8, 2025, 9:06 PM UTC
The document outlines a Past Performance Reference List related to solicitation SPE603-25-R-0512 for services at Randolph and Laughlin Air Force Base, Texas. It consists of sections for providing references from different parties, including a Primary Performance Qualification (PPQ) contact, DLA Energy, and an industry representative. Each reference must include specific details: contact name, contract number, period of performance, place of performance, contract value, along with the contact's name, phone number, and email address. This structure aims to gather relevant performance history from various stakeholders to assess the bidders’ experiences and capabilities before awarding contracts, thereby ensuring compliance and reliability in government procurement processes.
Apr 8, 2025, 9:06 PM UTC
The document outlines the solicitation SPE603-25-R-0512 issued by the Defense Logistics Agency (DLA) Energy for an unrestricted procurement primarily designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation includes details for a virtual pre-proposal conference scheduled for April 14-15, 2025, at Randolph and Laughlin Air Force Bases, to discuss proposal requirements and site capabilities. It corrects previous misinterpretations regarding the set aside status and includes an updated solicitation release and closing date. Key contract clauses focus on safeguarding unclassified controlled technical information and guidelines for cyber incident reporting, ensuring robust security measures are in place. Additional clauses address limitations on the use of telecommunications equipment linked to certain foreign entities, underscoring national security considerations. The document also specifies administrative processes for invoicing and payment through the Wide Area Workflow system, establishing guidelines for compliance during contract performance. Overall, the solicitation emphasizes security, compliance, and support for veteran-owned businesses in federal contracting.
Apr 8, 2025, 9:06 PM UTC
The document outlines a contract solicitation for the operation and maintenance of Government Owned Contractor Operated (GOCO) fuel services at Randolph and Laughlin Air Force Bases, covering two periods: January 1, 2026, to December 31, 2029, and January 1, 2030, to December 31, 2034. It emphasizes compliance with performance standards, quality control measures, and inspection guidelines as necessary for contractor responsibilities. The acquisition is set aside for small businesses, including those owned by women and veterans. The procurement is governed by various Federal Acquisition Regulation (FAR) clauses aimed at ensuring compliance and safeguarding contractor information. The solicitation requires detailed proposals from contractors detailing their approach to fulfill these services according to specified standards. The document also includes provisions for different contract terms, payment procedures, and dispute resolution, highlighting the structured process necessary for federal contracting. The comprehensive nature of the solicitation demonstrates the government's commitment to maintaining essential fuel services while promoting small business participation.
Similar Opportunities
Government-owned, Contractor-operated (GOCO) Aircraft/Ground Fuel Services and Fuel Storage & Distribution services at Gila Bend Air Force Auxiliary Field (AFAF), AZ and Columbus Air Force Base AFB, MS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for Government-owned, Contractor-operated (GOCO) Aircraft/Ground Fuel Services and Fuel Storage & Distribution services at Gila Bend Air Force Auxiliary Field (AFAF), AZ, and Columbus Air Force Base (AFB), MS. The procurement requires contractors to provide comprehensive fuels management services, including aircraft refueling, operation and maintenance of bulk fuel facilities, inventory accountability, and environmental compliance, all in accordance with the Performance Work Statements (PWS). These services are critical for supporting military operations and ensuring efficient fuel management at the specified installations. Interested firms, particularly those certified under the 8(a) program, must submit their proposals by May 1, 2025, and can propose for one or both locations, with contact inquiries directed to Ralph Dayougar at ralph.1.dayougar@dla.mil or Alex Cano at alexandro.cano@dla.mil.
SOLICITATION COG 6 (3.26), CAMPS & STATION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking proposals for the procurement of various petroleum fuel products under solicitation SPE60523R0206, specifically for Posts, Camps, and Stations (PC&S). The procurement includes a total of 758 Contract Line Items (CLINs), with a performance period extending from the date of award until May 31, 2028, and is set aside entirely for small businesses, including specific allocations for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The fuels required encompass a range of types, including gasoline, jet fuel, and biodiesel, with quantities specified for each product, reflecting the critical operational needs of military and governmental facilities. Interested offerors must submit their proposals by May 1, 2023, and can direct inquiries to Danette Stewart at danette.stewart@dla.mil or Matthew Womer at Matthew.womer@dla.mil for further information.
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 fuel, ensuring safe and efficient operations for the receipt, storage, and dispensing of these products. This initiative is critical for maintaining operational readiness and environmental compliance at the military installation. Interested small businesses, particularly those that are women-owned or service-disabled veteran-owned, must submit their proposals by June 26, 2025, with further inquiries directed to Candice Ekwoge at Candice.Ekwoge@dla.mil or Dominique Vest at Dominique.1.Vest@dla.mil.
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.
Government Owned, Contractor Operated (GOCO) Naval Air Station (NAS) Key West, FL Fuel Services
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking qualified small businesses to provide Contractor-Operated fuel storage and management services at Naval Air Station (NAS) Key West, Florida. The procurement involves the operation and maintenance of fuel facilities, including aircraft and ship aviation fuel services, ensuring safety, quality control, and environmental compliance. This opportunity is significant as it supports military operations by managing critical fuel resources, with a firm-fixed price contract anticipated to begin around January 1, 2026, featuring a four-year base period and additional options. Interested firms must demonstrate their capabilities and past performance, with responses due via email to designated contacts within DLA Energy, following the publication of the solicitation expected within the next 60 days.
Clean Diesel Fuel Tank
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the cleaning of a 10,000-gallon diesel fuel tank at Holloman Air Force Base in New Mexico. The contractor will be responsible for providing all necessary labor, materials, tools, and equipment to ensure the proper cleaning of the tank and its associated piping, adhering to environmental and regulatory standards for waste disposal. This one-time service is critical for maintaining facility safety and compliance, with a total contract value estimated at approximately $47 million. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit questions by May 1, 2025, and are encouraged to attend a site visit on April 30, 2025, at 10:00 AM. For further inquiries, contact Leonardo Dominguez at leonado.dominguez.1@us.af.mil or Barron Kartchner Ramos at barron.kartchnerramos@us.af.mil.
2.3 EAST INTOPLANE DOMESTIC
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the procurement of various petroleum fuel products to support military and federal civilian operations at commercial airports across multiple states and territories, including Connecticut, Florida, and Puerto Rico. The solicitation, identified as SPE607-25-R-0201, requires offerors to deliver aviation turbine fuel, specifically Jet A-1, from October 1, 2025, to March 31, 2029, with strict adherence to quality and safety standards as outlined in MIL-STD-1548H. This procurement is critical for ensuring the operational readiness of government aircraft and compliance with aviation regulations. Interested parties must submit their proposals by May 23, 2025, at 1:00 PM EST, and can contact Jamika Forde at jamika.forde@dla.mil or 571-767-6959 for further information.
DLA Energy - Bulk Petroleum Products Western Pacific/Middle East Program
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking proposals for the procurement of bulk petroleum products under the Western Pacific and Middle East Program, specifically targeting naval distillate (F76) and aviation turbine fuels (JP5 and JA1). The procurement involves significant quantities, with estimated needs of approximately 201,804,001 gallons of F76 and 420,833,005 gallons of JP5 and JA1 combined, to be delivered via various modes including tanker and barge, with no small business set-asides applicable. This initiative is crucial for maintaining operational readiness and logistical support for U.S. military operations in these regions, with the delivery period set from January 1, 2026, to December 31, 2026. Interested vendors must submit their offers through the Offer Entry Tool (OET) and are encouraged to familiarize themselves with the submission requirements ahead of time; for further inquiries, they can contact Grant Wulliman or Christopher W. Clement via their provided emails.
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.
CONTRACTOR-OWNED /CONTRACTOR OPERATED AND GOVERNMENT-OWNED/ CONTRACTOR-OPERATED, AND (COCO/GOCO) FUEL OPERATIONS AT United States Army Garrison, HI (USAG-HI) for Schofield Barracks and Wheeler Army Airfield (Wheeler AAF).
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking information from potential contractors for Contractor-Owned/Contractor-Operated and Government-Owned/Contractor-Operated (COCO/GOCO) fuel operations at the United States Army Garrison in Hawaii, specifically for Schofield Barracks and Wheeler Army Airfield. The procurement aims to secure bulk and retail fuel services, including the operation, management, and administration of fuel products, with a contract period anticipated to begin on April 1, 2027, and extend through April 30, 2031, with options for additional years. This opportunity is crucial for maintaining efficient fuel supply operations for military installations, and interested parties are encouraged to submit their capabilities and past performance information by May 9, 2025, to Lisa Marsh at Lisa.Marsh@dla.mil or James Harkless at James.Harkless@dla.mil.