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
  1. 1
    Posted May 2, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due Jun 26, 2025, 1:00 PM UTC
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 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.

Files
Title
Posted
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Feb 18, 2025, 6:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Feb 18, 2025, 6:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Feb 18, 2025, 6:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Feb 18, 2025, 6:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
Apr 21, 2025, 7:06 PM UTC
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.
Apr 21, 2025, 7:06 PM UTC
Apr 21, 2025, 7:06 PM UTC
Apr 21, 2025, 7:06 PM UTC
Apr 21, 2025, 7:06 PM UTC
The document is an amendment to solicitation SPE603-24-R-0501, specifically modification number 0016. Its primary purpose is to extend the deadline for submitting offers from April 24, 2025, to June 26, 2025, at 9:00 A.M. Local Time at Ft. Belvoir, VA. The amendment outlines that all terms and conditions of the original solicitation remain unchanged, except for the specified date adjustment. It emphasizes the importance of acknowledging receipt of the amendment to ensure that submissions are not rejected. The document is managed by DLA Energy Bulk Petroleum Services, indicating its government context related to federal procurement. The amendment follows established guidelines under FAR regulations, ensuring compliance in managing contract modifications. Overall, the amendment maintains the original document's intent while providing necessary administrative updates, enabling prospective contractors to adjust their offers accordingly.
Apr 21, 2025, 7:06 PM UTC
Apr 21, 2025, 7:06 PM UTC
This document is an amendment/modification of solicitation SPE603-24-R-0501, issued to extend the deadline for receipt of offers. Originally set for March 26, 2025, the new deadline for submissions is April 24, 2025, at 9:00 A.M. local time in Fort Belvoir, Virginia. The amendment serves to formally communicate this change to relevant contractors and offers methods for acknowledging receipt of the amendment. The modification stipulates that while certain administrative changes are made, all other terms and conditions from the original contract remain unchanged and in effect. Contractors are reminded that acknowledgment of this amendment is crucial for their offers to be considered. The document ensures compliance with federal regulations pertaining to contract modifications.
Lifecycle
Similar Opportunities
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.
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.
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: SPE605-25-R-0208 (ALASKA, POSTS, CAMPS & STATIONS (PC&S) PP 3.9)
Buyer not available
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 procurement encompasses a delivery period from October 1, 2025, to September 30, 2030, with specific requirements for fuel types and delivery methods, particularly addressing challenges at locations like Eareckson Air Station due to ongoing pier repairs. This opportunity emphasizes a partial small business set-aside, encouraging participation from small vendors while ensuring compliance with federal acquisition regulations. Interested parties 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.
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.
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.
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.
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.
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.
Air Force Base Bulk Fuel Fence Repair
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking small business contractors for a Bulk Fuel Fence Repair project at Altus Air Force Base in Oklahoma. The project entails demolishing the existing fence and gates, followed by the installation of a new fuel yard fence and drainage system, in compliance with established security and engineering standards. This procurement is significant for maintaining the security and operational integrity of the fuel yard, with an anticipated contract value between $250,000 and $500,000 and a duration from May to October 2025. Interested contractors should contact Isaiah Jones or Logan Hamm via email for further details and access to the solicitation through the Procurement Integrated Enterprise Environment platform.