CONTRACTOR-OWNED, CONTRACTOR OPERATED (COCO) RETAIL FUEL SERVICES IN ALTUS AFB, OKLAHOMA
ID: SPE60324R0501Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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 (AFB) in Oklahoma. The contract will involve the operation, maintenance, and management of fuel services, specifically for commercial-grade gasoline and diesel, over a base period from October 1, 2025, to September 30, 2029, with options for extensions through 2049. This procurement is crucial for ensuring a reliable fuel supply to support military operations while promoting small business participation, particularly targeting women-owned and service-disabled veteran-owned entities. Interested contractors must submit their proposals by March 26, 2025, and can reach out to Candice Ekwoge at Candice.Ekwoge@dla.mil or Dominique Vest at Dominique.1.Vest@dla.mil for further inquiries.

    Files
    Title
    Posted
    The document appears to comprise fragmented and potentially corrupted data regarding government requests for proposals (RFPs), funding opportunities, and grant applications across federal, state, and local levels. The primary focus is on various initiatives aimed at enhancing services through federal funding mechanisms. Key ideas include the identification of eligible projects, the outlining of application processes, and compliance requirements necessary to secure federal support. The document suggests collaboration among different governmental entities and indicates operational guidelines for proposal submissions. Additionally, there are hints at grant-specific eligibility criteria, budgetary requirements, and performance expectations typically specified in RFPs, although much of the pertinent content seems compromised. In summary, this document highlights the administrative framework guiding federal and state funding opportunities, emphasizing structured processes for engaging in government-funded projects while ensuring adherence to regulatory standards. However, due to the file's obfuscation, specific details regarding particular grants and RFPs remain largely unavailable.
    The Nation’s Combat Support Logistics Agency issued a Request for Proposal (RFP) for contractor-owned, contractor-operated (COCO) retail fuel dispensing services at Altus AFB, Oklahoma, focusing on the supply of gasoline and diesel. The pre-proposal conference, led by key personnel including the contracting officer and specialists, detailed submission requirements, including three proposal volumes and a question submission period. The solicitation is a Small Business Set-aside, with a firm-fixed-price contract structure and an evaluation basis of Lowest Price Technically Acceptable. The contract term is structured for a base period of four years, with five optional renewal years and potential extensions. Proposals must be submitted via email, adhering to outlined formats and specifications, including technical management, past performance, and pricing details. Additional sections in the document elaborate on inspection and acceptance criteria, as well as specific requirements for performance, real estate instruments, and electronic transaction management. Emphasis is placed on contractor responsibilities and quality assurance provisions that align with regulatory compliance and operational efficiency at the military base, reflecting the government's intention to ensure a reliable fuel supply while supporting small business engagement.
    The Performance Work Statement (PWS) for the DLA Energy Contractor Owned, Contractor Operated (COCO) Fuels Operations at Altus Air Force Base outlines the requirements for operating and managing fuel services, including the receipt, storage, and dispensing of various fuel products. The Contractor is responsible for ensuring compliance with all applicable federal, state, and local laws, and must maintain operational and safety standards during fuel operations. Key areas covered include personnel qualifications, fuel quality management, inventory control, maintenance protocols, and environmental protection measures. The document details the scope of work that includes providing trained personnel, maintaining equipment, conducting safety and environmental training, and ensuring proper responses to spills or leaks. Deliverables such as a Contract Compliance Plan, Environmental Protection Plan, and Safety Plan are required before the contract period starts. The PWS also requires routine reporting and thorough documentation to ensure transparency and regulatory compliance. The structure of the PWS is methodically organized into sections, covering general duties, performance requirements, maintenance obligations, and necessary plans. Overall, this document serves as a framework to ensure high standards in fuel management and operational excellence at the facility.
    The "Past Performance Questionnaire" (PPQ) is part of Solicitation # SPE603-24-R-0501 for contract assessment associated with Altus AFB, OK. It aims to evaluate contractor performance by gathering detailed information from clients familiar with the contractor's operations. Key elements assessed include the quality of service, adherence to schedules, cost control effectiveness, management of key personnel, small business compliance, regulatory adherence, and business relationships. Each section contains specific criteria for evaluation, allowing clients to provide ratings ranging from "Exceptional" to "Unsatisfactory." The questionnaire emphasizes narrative comments to support ratings, ensuring a comprehensive assessment of contractor performance. It is critical for decision-making in source selection processes, aligning with government regulations for evaluating past performance in contract fulfillment. Strict confidentiality is stressed throughout the document to protect sensitive information provided during this evaluation process.
    The document serves as a Consent Form for the solicitation SPE603-24-R-0501, pertaining to the Defense Logistics Agency (DLA) Energy, specifically related to operations and maintenance of fuel facilities. The primary purpose is to secure consent from joint venture partners, major subcontractors, and teaming partners for the disclosure of both Present and Past Performance Information to the prime contractor during the evaluation process. The form stipulates that such information cannot be shared with a private party, like the prime contractor, without the express consent of the joint venture partner. Participants in the solicitation are required to complete and submit this consent form as part of their Past Performance Information, thereby facilitating effective assessment for source selection. This practice underscores the government's focus on performance evaluation to achieve optimal value in contract awards. The sample consent letter included exemplifies how a joint venture partner can formally grant permission. Overall, this document highlights the procedural requirements essential for collaboration in government solicitations where performance data plays a vital role in the decision-making framework.
    The document pertains to the Consolidated Quality Assurance Program (QAP) under Solicitation # SPE603-24-R-0501 for Altus Air Force Base (AFB) in Oklahoma. The purpose is to establish quality assurance requirements for the procurement of products and services related to the military installation. It outlines key specifications which vendors must adhere to ensure compliance with federal standards, as well as details about the submission process for interested parties. The file emphasizes the importance of quality control and accountability mechanisms to maintain operational efficiency at Altus AFB. The structure includes an introduction to the solicitation, detailed requirements for bidders, and guidelines for proposal submissions. The expectation is for contractors to provide competitive and high-quality responses that meet stringent military specifications. This RFP aims to enhance the capability of Altus AFB while ensuring taxpayer funds are spent effectively on quality services and products, underscoring the Department of Defense’s commitment to excellence in procurement practices.
    The document details the wage determination for a federal contract (Solicitation # SPE603-24-R-0501) at Altus Air Force Base, Oklahoma, under the Service Contract Act (SCA). It specifies minimum wage rates required by Executive Orders 14026 and 13658 for contracts beginning or renewed after key dates in 2022. For 2024, contractors must pay workers at least $17.20 or $12.90 per hour based on the applicable executive order. The document categorizes various occupations with specific wage rates and notes fringe benefits, including health and welfare contributions of $4.98 per hour. It outlines requirements for paid sick leave and other occupational protections for employees, as well as conformance procedures for unlisted job classifications. The extensive table of wages reflects a wide range of occupations relevant to the contract, ensuring compliance with federal labor standards. This wage determination aims to ensure fair compensation for workers involved in government contracts, thereby supporting labor rights and promoting economic equity within government service sectors.
    The document is a Grant of Easement from the Department of the Air Force to a Grantee for the establishment of a Bulk Fuel Facility at Altus Air Force Base, Oklahoma. It outlines the terms, responsibilities, and conditions under which the Grantee will develop, operate, and maintain the facility. Key provisions include the duration of the easement, the government's right to access the premises, and stipulations on default, insurance, and environmental management. The easement allows the Grantee to use the area specific to authorized fuel services, adhering to all applicable laws and regulations while maintaining control over operations. In return, the Grantee is obligated to deliver in-kind consideration that reflects the fair market value of the site, as well as ensuring compliance with environmental protection measures. Provisions regarding the renewal of the easement, maintenance of the premises, and responsibilities related to taxes and insurance are also detailed. The document emphasizes the government's right to terminate the easement in the event of contract termination or significant military needs. Overall, this document shows the federal government's structured approach to managing land use at military installations, ensuring compliance, safety, and operational effectiveness, crucial in the context of federal RFPs and grants.
    The draft easement solicitation (# SPE603-24-R-0501) by the Department of the Air Force pertains to granting an exclusive easement at Altus Air Force Base (AFB) for a Contractor-Owned Contractor-Operated (COCO) bulk fuel facility. The easement outlines the basic terms, including the duration, consideration for use, and responsibility for maintenance and compliance with applicable laws. The document emphasizes the Grantee's obligation to develop, operate, and maintain the facility while adhering to safety standards and environmental regulations. Key highlights include considerations for default and termination, maintenance responsibilities, and the need for insurance coverage. The Government retains access rights for inspections and emergencies while allowing the Grantee to utilize and manage the easement area within specified guidelines. The provisions address environmental protection, including compliance with hazardous waste regulations and restoration requirements upon termination of the easement. Documentation such as physical condition and environmental baseline reports are incorporated as exhibits to ascertain the condition of the property at the start and end of the easement term. Overall, the solicitation establishes a structured framework for the Grantee's use and responsibilities concerning the easement at Altus AFB, ensuring alignment with national defense priorities and regulatory compliance.
    This document is an amendment to solicitation SPE603-24-R-0501, modifying the previously issued contract. The key changes include an extension of the deadline for offers submission from July 17, 2024, to August 05, 2024, at 9:00 A.M. Local Time (Ft. Belvoir, VA). Additionally, the amendment incorporates the provision for a pre-proposal presentation, specifically prompting interested contractors to prepare for this meeting. The document emphasizes that all other terms and conditions of the original contract remain unchanged and enforceable. It provides instructions for acknowledgment of receipt of this amendment and cites applicable government regulations guiding these modifications. Overall, this amendment aims to facilitate better participation in the solicitation process, ensuring clarity and adherence to federal contracting procedures.
    This document pertains to Amendment No. 0004 of the solicitation SPE60324R0501, issued by DLA Energy for procurement purposes. The primary adjustment made by this amendment is the extension of the closing date for receipt of offers from August 5, 2024, to August 19, 2024, at 9:00 AM local time in Fort Belvoir, Virginia. The amendment maintains all other terms and conditions previously established. The need for contractor acknowledgment of this amendment before the specified deadline is emphasized, noting that failure to do so may lead to rejection of offers. The document includes requisite fields for contractor and contracting officer signatures to confirm comprehension and acceptance of the modifications. Overall, this amendment is a routine procedural update to clarify deadlines and ensure compliance among bidders in the federal procurement process.
    The document is an amendment to solicitation SPE603-24-R-0501, issued by DLA Energy, concerning contract modifications for a procurement project. The primary purpose of the amendment is to extend the closing date for submissions of offers from February 19, 2025, to March 26, 2025, with a specified time of 9:00 AM local time in Fort Belvoir, VA. All other terms and conditions of the original solicitation remain unchanged. The amendment serves to inform and ensure that contractors acknowledge receipt of this modification as part of the submission process. This extension allows potential bidders additional time to prepare their offers, aligning with the federal procurement process, which aims to facilitate fair competition and due diligence among contractors.
    The document appears to be a corrupted or improperly formatted file, making it challenging to extract meaningful content. However, considering the context of government RFPs (Requests for Proposals), federal grants, and state/local RFPs, it likely encompasses various essential elements related to procurement processes. Typically, such documents would include announcements for funding opportunities, submission guidelines for grant applications, and eligibility requirements for potential vendors. Across federal and state levels, RFPs help streamline the acquisition of services or products by setting clear objectives and criteria that bidders must meet. In summary, the main purpose of an RFP or federal grant document is to outline the government's intent to procure services or conduct projects, detailing specific requirements, deadlines, and evaluation criteria. Due to the file's technical issues, precise details could not be discerned. However, the overarching goal connects to facilitating public service effectiveness by leveraging external expertise and resources.
    The document outlines a federal Request for Proposal (RFP) for Contractor Owned Contractor Operated (COCO) retail/bulk fuel services at Altus Air Force Base, OK. The contractor will be responsible for operating, maintaining, and managing fuel services for commercial-grade gasoline and diesel for a specified period from October 1, 2025, through September 30, 2029, with options for extension through 2049. Key requirements include compliance with performance standards, security, environmental protections, and quality assurance protocols as detailed in the Performance Work Statement (PWS). The scope involves multiple line items for service pricing and stipulates operational responsibilities, such as sampling and testing of petroleum products, water removal from storage tanks, and compliance with inspection protocols. The bidding contractor must be a small business, specifically targeting women-owned and service-disabled veteran-owned entities, as indicated by the solicitation’s set-aside provisions. The document's structure contains various sections detailing supplies/services, specifications, inspection criteria, and special contract requirements, making it essential for potential contractors to understand their obligations and the evaluation process fully. This RFP reflects the government’s commitment to ensuring rigorous service standards in fuel management and environmental safety practices during military operations.
    This document is an amendment to solicitation SPE603-24-R-0501, specifically Amendment 0009, which modifies the closing date for the receipt of offers. The new deadline is extended from October 9, 2024, to November 13, 2024, with offers due by 9:00 A.M. local time in Fort Belvoir, VA. The purpose of this amendment is to officially notify potential contractors of the change, ensuring they acknowledge the modification when submitting their offers. The document confirms that all other terms and conditions of the solicitation remain unchanged. Additionally, it specifies the administrative changes made to the contract/order, which may include changes in the paying office or appropriation date, and outlines the requirements for acknowledgment of the amendment by the contractors. This amendment reflects standard practices in government contracting to allow adequate time for vendors to prepare their submissions, thereby increasing participation in the solicitation process.
    The document is an amendment to solicitation SPE603-24-R-0501, notifying changes in the procurement process related to a contract issued for services at Altus AFB, OK. It extends the solicitation closing date from June 17, 2024, to July 17, 2024, and details a Pre-Proposal Conference, scheduled for June 24, 2024, at 0800 HRS Central Time, at a specified location. It outlines identification requirements for attendees and emphasizes the need for registration by June 17, 2024. Additionally, final questions regarding the solicitation must be submitted by July 1, 2024. The amendment includes the addition of a Drug-Free Workplace clause and updates Attachment VI, pertaining to a draft easement. The purpose of these modifications is to ensure better clarity, compliance, and preparation for potential contractors involved in the bidding process, reflecting the government's commitment to transparency and accessibility in procurement processes.
    The provided document appears to be a corrupted or improperly formatted government file, lacking coherent content regarding federal RFPs, grants, or state and local proposals. There are no discernible main topics or supporting details that normally characterize such documents. Consequently, it is impossible to extract key points or a logical structure, as the file does not convey meaningful information in its current state. In the context of government RFPs and grants, a typical document would outline funding opportunities, project goals, eligibility criteria, application procedures, and deadlines. However, the apparent corruption renders the text unusable for summarization or analytical purposes. Ideally, a clear and organized presentation of a specific program, funding specifics, or a call for proposals would be expected, emphasizing transparency and guidance for potential applicants. As such, a review and restoration of the original file content would be necessary for further analysis and summary.
    The document appears to be a complex and obfuscated assembly of data likely related to federal RFPs, grants, and local procurement processes, as indicated by recurring patterns and terms often associated with government funding initiatives. Its primary topic seems to revolve around the management and allocation of federal and state resources for various projects—though specific project details remain obscured through unclear encoding. Key elements likely involve guidelines for submitting proposals, criteria for funding eligibility, and procedural aspects of managing grants. There appears to be an emphasis on compliance with local and federal regulations, which is integral in the RFP process. Supporting details may reference best practices for successful bid submissions and evaluation metrics that stakeholders should consider. As such, the document serves as a resource potentially aimed at stakeholders in the governmental, non-profit, or private sectors engaged in project funding and resource management. Without explicit clarity, the overarching purpose remains focused on facilitating effective grant bidding and project execution while remaining compliant with governing standards. Overall, while the document's details are not directly accessible, it suggests a systematic approach to managing funding requests, essential for improving public project outcomes and ensuring taxpayer accountability.
    Similar Opportunities
    CONTRACTOR-OWNED CONTRACTOR-OPERATED (COCO) FUEL STORAGE SERVICES IN PORT OF FUJAIRAH, UNITED ARAB EMIRATES
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking proposals for Contractor-Owned Contractor-Operated (COCO) fuel storage services at the Port of Fujairah, United Arab Emirates. The procurement aims to establish a facility capable of receiving, storing, and shipping aviation turbine fuel (JP-5/F44) and naval distillate fuel (F-76), with a total storage capacity of 765,000 barrels, including dedicated tanks for each fuel grade. This initiative is critical for supporting U.S. military operations overseas, ensuring reliable fuel management and compliance with stringent quality assurance standards. Interested firms must register in the System for Award Management (SAM) and the Joint Contingency Contracting System (JCCS), with the contract anticipated to commence on August 1, 2025, and run through July 31, 2029, with an option for an additional five years. For further inquiries, contact David Donald at david.donald@dla.mil or Careka Squire at careka.squire@dla.mil.
    NAS Pensacola, FL Government-Owned, Contractor-Operated (GOCO) Fuel Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for Government-Owned, Contractor-Operated (GOCO) fuel services at Naval Air Station (NAS) Pensacola, Florida. The contract will require the selected contractor to operate, maintain, and manage government-owned fuel facilities, ensuring compliance with various regulatory and performance standards from December 1, 2025, to November 30, 2029, with an option for extension until November 30, 2034. This procurement is critical for supporting military operations, as it involves the management of fuel services essential for both military and civilian aircraft. Interested small businesses must submit their proposals, including past performance references, by the specified deadlines, and can direct inquiries to Micherie Dougherty at micherie.dougherty@dla.mil or Yalier Fuster at YALIER.FUSTER@DLA.MIL.
    Fuel Service Cart
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Fuel Service Cart under solicitation FA441925Q0019. The contract is set aside for small businesses and requires the provision of a HandiFueler Ground Support Cart or an equivalent product, which must meet specific technical specifications including a 600-gallon double-walled stainless steel tank and aviation-grade filtration systems. This equipment is crucial for fuel dispensing operations at Altus Air Force Base in Oklahoma, ensuring efficient and safe fuel management for military aircraft. Interested vendors should submit their proposals, including technical capabilities and pricing, to the designated contacts Desmond Davis and Karlray B. Ambrosio by the specified deadlines, ensuring compliance with all outlined requirements and regulations.
    Request for Information for Direct Delivery Fuel- COG 8
    Buyer not available
    The Defense Logistics Agency (DLA Energy) is seeking small businesses capable of supplying ground fuel requirements for various locations in Idaho, Montana, Oregon, and Washington through a Request for Information (RFI) titled SPE605-25-RFI-1004. The procurement is a 100% Total Small Business Set-Aside, aiming to gather information on suppliers who can provide approximately 20 million gallons of various fuel types, including Aviation Gas, biodiesel, and different grades of diesel and gasoline, across 187 line items. This initiative underscores DLA Energy's commitment to supporting small businesses while ensuring a reliable fuel supply for defense operations. Interested parties must submit a Capability Package detailing their qualifications by February 25, 2025, and can contact Ashley Koritzer at Ashley.Koritzer@dla.mil for further information.
    DLA ENERGY AEROSPACE JP-10 AND PF-1
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a Firm, Fixed-Price Requirements-Type contract to procure bulk propellants, specifically High Density Synthetic Hydrocarbon Type (JP-10) and Priming Fluid ALCM Grade (PF-1), for a five-year period from June 16, 2025, to June 15, 2030. The selected contractor will be responsible for the production, storage, and delivery of these propellants, adhering to strict military specifications and quality standards, with a minimum bulk storage capacity of 135,000 gallons and a production rate of 519 gallons per day. This procurement is critical for supporting U.S. defense and aerospace operations, ensuring the availability of essential materials for military readiness. Interested small businesses must submit their proposals by March 5, 2025, to Tammie Campbell at tammie.campbell@dla.mil, with all submissions following the guidelines outlined in the solicitation documents.
    Contractor-Owned Contractor-Operated (COCO) Fuel/Storage Services at Schofield Barracks, HI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking contractors for Contractor-Owned Contractor-Operated (COCO) Fuel/Storage Services at Schofield Barracks, Hawaii. The procurement aims to establish efficient fuel supply operations, which are critical for military readiness and logistics support. The services will involve the operation of fuel supply facilities, ensuring that the necessary fuel resources are available for military operations. Interested parties can reach out to Candice Ekwoge at Candice.Ekwoge@dla.mil or by phone at 804-807-4948, or contact James Harkless at James.Harkless@dla.mil or 571-767-8542 for further information.
    See Amendment 5; 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 various fuel products, specifically for military installations in Japan, under solicitation SPE605-24-R-0204. The contract encompasses a range of fuel types, including automotive gasoline and aviation turbine fuel, with delivery expected to commence from July 1, 2024, and continue through June 30, 2029. This procurement is critical for ensuring a reliable fuel supply to support U.S. military operations in the region, reflecting the importance of maintaining operational readiness. Interested vendors must submit their offers by March 11, 2024, and can direct inquiries to Mary Katherine Richardson at MARY.K.RICHARDSON@DLA.MIL or Candy Cross at CANDY.CROSS@DLA.MIL for further assistance.
    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).
    SPE60125R0309 ABO & LN2 NORTHEAST US REG 9.1A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for a Firm-Fixed Price Requirements contract to supply Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) for military operations across various locations in the United States. The contract, which spans from July 1, 2025, to June 30, 2030, requires contractors to deliver these essential aerospace energy products within specified timelines, including expedited deliveries for emergencies, while adhering to stringent military standards and specifications. The procurement is critical for ensuring the availability of these gases, which are vital for military aircraft operations and safety. Interested contractors must submit their proposals, including past performance data, by February 21, 2025, and can contact Carrie Harmon at carrie.harmon@dla.mil or Jessica Negron at jessica.negron@dla.mil for further information.
    SEE AMENDMENT 1 Australia PC&S Solicitation
    Buyer not available
    The Defense Logistics Agency (DLA) Energy, part of the Department of Defense, is seeking proposals for the supply of various fuels, including premium gasoline, aviation gasoline, and diesel fuel, for U.S. military operations in Australia. This procurement covers a performance period from July 1, 2025, to June 30, 2030, and emphasizes the need for reliable fuel supplies to support military readiness and operations in the region. Contractors are required to submit proposals with firm pricing for 240 days, and the evaluation will focus on technical acceptability and cost, with separate awards for each contract line item. Interested vendors must submit their proposals by February 14, 2025, and can contact Omar Joyce at omar.joyce@dla.mil for further information.