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

Buyer

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

PSC

OPERATION OF FUEL SUPPLY FACILITIES (M1NA)
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 in Oklahoma. The procurement aims to establish a comprehensive fuel operation that includes the receipt, storage, and dispensing of commercial-grade gasoline and diesel fuel, ensuring compliance with safety, environmental, and quality standards. These services are critical for maintaining operational readiness and efficiency in military logistics. Interested contractors must submit their proposals by September 19, 2024, with inquiries directed to Candice Ekwoge at Candice.Ekwoge@dla.mil or Dominique Vest at Dominique.1.Vest@dla.mil.

    Files
    Title
    Posted
    The file encompasses a collection of federal and state RFPs (Requests for Proposals) and grants, focusing on funding opportunities for various public sector projects. It outlines procedural guidelines for entities seeking financial assistance, detailing criteria for eligibility, submission requirements, and evaluation processes. The document emphasizes the importance of compliance with federal regulations, including the utilization of funds for specific projects aligned with governmental priorities. Additionally, it captures key dates, such as submission deadlines and implementation timelines, necessary for prospective applicants. The overarching aim is to foster transparency, accessibility, and accountability in public funding, supporting initiatives that meet community needs and enhance service delivery across various sectors. Through strategic funding, the government seeks to stimulate economic growth and address critical challenges while ensuring adherence to existing legal frameworks and performance standards. This clarity in the RFPs and grant processes is essential to facilitate informed proposals from interested organizations.
    The solicitation from the Nation's Combat Support Logistics Agency outlines the procurement of Contractor Owned Contractor Operated (COCO) retail fuel dispensing services for Altus Air Force Base, OK. The contract is set as a Small Business Set-aside with a firm fixed-price structure and a base period of four years, extendable up to 30 years with options. The primary objective is to provide services for various fuel types, ensuring compliance with established performance and quality standards. Key personnel involved include contracting officers, contract specialists, and a program manager responsible for coordinating the Performance Work Statement (PWS). Interested contractors must submit their proposals via email by July 17, 2024, consisting of three distinct volumes, and adhere strictly to guidelines set in the solicitation. The agenda for a pre-proposal conference includes presentations on contracting procedures and site visits for potential contractors. The document emphasizes compliance with government policies, particularly regarding inspections, performance evaluations, and insurance requirements. This solicitation exemplifies the government's structured approach to resource procurement while promoting transparency and security in fuel management services at military installations.
    The Performance Work Statement (PWS) under Solicitation # SPE603-24-R-0501 outlines the requirements for Contractor Owned, Contractor Operated (COCO) fuel operations at Altus Air Force Base, Oklahoma. The primary objective is to provide comprehensive management and maintenance of fuel facilities, ensuring the safe receipt, storage, and dispensing of petroleum products, in accordance with federal, state, and military regulations. Key tasks include staffing qualified personnel, establishing a drug-free workplace, and adhering to safety, environmental protection, and quality monitoring standards. The contractor is required to create multiple plans—including Contract Compliance, Environmental Protection, and Safety Plans—prior to the contract start date. Provisions for maintenance of the facilities, accounting for fuel inventory, and training of personnel are emphasized to maintain high performance levels. The scope includes stringent requirements for product quality assurance, spill response, maintenance records, and security measures to safeguard operations. Overall, this document serves as a detailed framework to ensure that the contractor effectively supports fuel operations, maintains compliance, and contributes to the mission readiness of Altus AFB while minimizing environmental impact.
    The document provides a Past Performance Questionnaire (PPQ) for solicitation SPE603-24-R-0501, aimed at evaluating contractors' performance for a contract at Altus AFB, Oklahoma. It includes sections for contractors to supply general information about themselves, including contact details and contract specifics such as pricing, type, and performance duration. The guiding framework is designed for clients to assess contractors based on several factors including quality of service, adherence to schedules, cost control, management of key personnel, small business compliance, regulatory compliance, and business relationships. Performance is rated on a scale from Exceptional to Unsatisfactory, aligning with the Contractor Performance Rating System (CPARS), noting that ratings of Exceptional to Marginal are deemed Acceptable, while Unsatisfactory is Unacceptable. The assessment encourages detailed narrative feedback from clients to enhance the evaluation process and safeguard sensitive information. This structured approach ensures that contractor performance evaluations are comprehensive, objective, and inform future procurement decisions effectively.
    The document is a Consent Form as part of Solicitation # SPE603-24-R-0501 for Altus Air Force Base, focusing on the disclosure of past and present performance information for joint venture partners and subcontractors. It emphasizes that such sensitive information cannot be shared without the consent of the involved parties, as this information needs to be evaluated by the prime contractor during the proposal process. The form outlines the necessity for joint venture partners to authorize the release of their performance data to facilitate source selection processes mandated by the Defense Logistics Agency (DLA) Energy. A sample consent letter indicates the formal process for granting this permission, underscoring the importance of performance evaluations in securing government contracts. This document reflects the requirements in federal RFPs, highlighting the critical role of performance history in contract negotiations and selection.
    The document pertains to the Consolidated Qualified Allocation Plan (QAP) for Solicitation # SPE603-24-R-0501 at Altus Air Force Base (AFB), Oklahoma. Its main purpose is to outline the federal government's criteria and processes for allocating funding related to specific projects at the base. Key aspects include eligibility criteria for applicants, project requirements, and evaluation metrics that will guide decision-making in awarding grants or contracts for various initiatives. The structure of the document likely follows a systematic approach, detailing the submission guidelines, evaluation processes, and necessary supporting documentation. By defining clear expectations and operational guidelines, this solicitation aims to ensure transparency and accountability in the allocation of resources, thereby maximizing efficiency and fostering strategic improvements at Altus AFB. Overall, it serves as a foundational framework for potential applicants seeking funding or partnership opportunities within the stipulated context.
    The document outlines the Wage Determination for the Service Contract Act pertaining to Solicitation # SPE603-24-R-0501 at Altus AFB, Oklahoma. It specifies wage rates required for various job titles in the area, including administrative, automotive, food service, and healthcare occupations, along with applicable fringe benefits. Minimum wage rates established under Executive Orders 14026 and 13658 are highlighted, requiring contractors to pay at least $17.20 per hour or $12.90, depending on contract dates. Additionally, it details health and welfare benefits, vacation policies, holiday entitlements, and the conformance process for adding new job classifications. The document emphasizes compliance with labor standards, promoting fair wages and worker rights under federal contracts. Its purpose is to ensure that contractors adhere to established wage rates and benefits, thereby fostering a fair labor environment while executing government contracts.
    The file details a Grant of Easement by the U.S. Air Force to an authorized Grantee for the establishment, operation, and maintenance of a Bulk Fuel Facility at Altus Air Force Base, Oklahoma. The document outlines crucial aspects such as the term of the Easement, consideration in the form of in-kind services, permitted uses of the Easement Area, and conditions for maintenance and restoration of the site. Key topics include the rights and responsibilities of both parties, events constituting default, and the Government's access rights for inspections. The Grantee is responsible for compliance with various environmental, safety, and insurance requirements, along with proper management of hazardous materials. Additionally, the document discusses easements and regulations pertaining to historic preservation and environmental protection strategies. Overall, this file serves as a legal framework for the operational parameters surrounding the Bulk Fuel Facility, ensuring adherence to applicable laws while safeguarding governmental interests. The document reflects the broader context of government procedural compliance in contracts for federal grants and RFPs, emphasizing accountability and structured agreement between the government and private entities.
    The document outlines a draft easement solicitation from the U.S. Department of the Air Force for a grant of easement at Altus Air Force Base (AFB) in Oklahoma. It pertains to the development, operation, and maintenance of a Contractor-Owned Contractor-Operated (COCO) Bulk Fuel Facility. Key sections detail the term of the easement, consideration to be provided to the government, use of the leased premises, and defaults/remedies. The grantee is entitled to develop and manage the facility while ensuring compliance with all applicable laws and regulations. The easement agreement emphasizes environmental protection, safety standards, and maintenance obligations. The grantee must carry appropriate insurance and is liable for damages and restoration. The document identifies responsibilities regarding taxes and prohibits any use of the easement that could disrupt the military mission of Altus AFB. The main purpose of this easement solicitation is to formalize conditions governing the use of government property while safeguarding national interests and ensuring operational efficiency at the facility. Compliance with environmental protocols and the right of government oversight are critical aspects of the agreement, reflecting the military’s commitment to responsible land management and operational integrity.
    The document outlines a series of government Requests for Proposals (RFPs) and grants spanning federal to local levels. It emphasizes collaborative efforts to engage various stakeholders, focusing on promoting efficiency and transparency in the procurement process. Key topics include the distribution of funding for specified projects, criteria for eligibility, and the support for innovative approaches that would enhance community health, education, and infrastructure. Each segment highlights necessary compliance with regulatory standards and encourages partnerships between governmental agencies and local entities. Additionally, the document addresses the necessity of strategic planning and risk management in project execution, thereby underscoring the commitment to responsible stewardship of public funds and outcomes. The overall purpose is to foster competitive bidding and effective allocation of resources in order to stimulate economic growth and meet community needs comprehensively.
    The document outlines a federal solicitation (SPE603-24-R-0501) for contractor-managed fuel services at Altus Air Force Base, OK, specifically focusing on the operating, maintaining, and managing of Contractor Owned Contractor Operated (COCO) retail/bulk fuel services for gasoline and diesel from October 1, 2025, to September 30, 2049. The contract emphasizes supporting small business participation and adheres to various federal regulations and quality assurance provisions. It specifies performance requirements including security, sampling, testing of petroleum products, and inspection standards. The solicitation includes terms regarding deliveries, contract clauses, and financial arrangements, aiming to ensure compliance with safety, environmental, and operational standards throughout the contract period. The structured sections detail the scope of services, specifications, and relevant clauses that contractors must comply with, ensuring that services provided meet government expectations and regulatory requirements. This solicitation represents a crucial initiative in maintaining efficient fuel operations, aligning with the government's standards for quality control and safety within military operational contexts.
    The document pertains to various government Requests for Proposals (RFPs), federal grants, and state/local RFPs, specifically addressing the allocation and management of funds for community development and infrastructure projects. It outlines guidelines for eligible applicants, project requirements, and funding distribution criteria. The primary focus is to enhance local services, improve public infrastructure, and foster economic growth through strategic partnerships between governments and service providers. The structure includes an introduction to funding objectives, eligibility criteria for applicants, detailed specifications for project proposals, and the review and selection process. Emphasis is placed on collaborative frameworks, assessment of community needs, and adherence to regulatory standards to ensure responsible fund utilization and project effectiveness. This initiative underscores the government's commitment to supporting local initiatives that contribute to community resilience and sustainability, reinforcing the overall goal of advancing public welfare.
    The document details Amendment 0007 of solicitation SPE603-24-R-0501, issued by DLA Energy for Bulk Petroleum Services. The key change in this amendment is the extension of the closing date for receipt of offers, now set for September 19, 2024, at 9:00 A.M. Local Time, Fort Belvoir, VA, instead of the previously scheduled date of September 5, 2024. The amendment provides methods for bidders to acknowledge receipt and submit offers, emphasizing the importance of timely acknowledgment to avoid rejection of proposals. All other terms and conditions of the solicitation remain unchanged and continue to be in full effect. This amendment is part of the formal process within government procurement, ensuring compliance and clarity for potential contractors.
    The document outlines various aspects of federal and state/local RFPs and grants. It emphasizes the importance of structured proposals in response to requests for funding, emphasizing transparency, compliance with regulatory standards, and the necessity for clear deliverables. Several areas of focus include project assessment tools, methodologies for evaluating applications, and the implementation of best practices for fund management. Key sections likely cover eligibility requirements for applicants, guidelines for submission, and the evaluation criteria that agencies use to assess proposals. Additionally, the document underscores the significance of stakeholder engagement and emphasizes that proposals must align with public interest objectives while showcasing sustainable practices. The purpose of this file is to provide a comprehensive framework for entities seeking government funding, ensuring that applications meet expected standards and can effectively support public needs. Overall, it serves as a crucial resource for organizations aiming to secure financial assistance through structured proposals that comply with government expectations.
    Similar Opportunities
    Contractor-Owned, Contractor Operated (COCO) Fuel Storage Services in the Arabian Gulf area
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for Contractor-Owned, Contractor Operated (COCO) fuel storage services in the Arabian Gulf area. The objective is to secure a contractor capable of providing 24/7 bulk fuel storage services under a firm-fixed-price contract, with a base period from November 1, 2024, to October 31, 2028, and a potential five-year extension. These services are critical for supporting military operations, ensuring the safe and compliant storage of various petroleum products, including Fuel Naval Distillate Grade F76 and Aviation Turbine Fuel Grade JP5/F44, while adhering to stringent quality assurance and environmental regulations. Interested contractors should contact Chris Kidwell at christopher.kidwell@dla.mil or Careka Squire at careka.squire@dla.mil for further details, and note that proposals are due by October 9, 2024.
    Government Owned Contractor Operated Fuel Services at DFSP Norfolk, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for Government Owned Contractor Operated (GOCO) Fuel Services at the Defense Fuel Support Point (DFSP) in Norfolk, Virginia. The contract encompasses non-personal services for the management, operation, maintenance, and quality assurance of fuel supply facilities, including responsibilities for fuel storage, distribution, and environmental protection at various military locations. This procurement is critical for ensuring reliable fuel operations that support military readiness and logistics, with a contract period extending from April 1, 2025, to March 31, 2029, and options for extension up to September 30, 2034. Interested contractors must submit proposals by September 16, 2024, and can contact Morishita Armstead at morishita.armstead@DLA.MIL or Jamika Forde at jamika.forde@DLA.MIL for further information.
    COG 3 PC&S Fuel Program 3.23 Basic Agreement SPE605-20-R-0233
    Active
    Dept Of Defense
    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).
    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
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified Small Business Administration (SBA) Certified 8(a) Program Participant sources to provide 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 involves management, operation, maintenance, product quality surveillance, inventory control, and environmental protection related to petroleum products at both locations, with the intention of awarding a firm-fixed price contract for a four-year base period, potentially extending to a five-year option period. Interested parties must submit their capability statements by 12:00 PM local time on September 24, 2024, to Ralph Dayougar and Alex Cano via email, as the solicitation is expected to be published between November and December 2024, with a projected performance period starting November 1, 2025.
    DLA Energy - Bulk Petroleum Products Inland/East/Gulf Coast/Offshore (IEG) Program
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of bulk petroleum products under the Inland/East/Gulf Coast/Offshore (IEG) Purchase Program, with solicitation number SPE602-24-R-0709. This procurement aims to secure various types of aviation and naval distillate fuels, with total estimated quantities including 8,015,000 gallons of JP8, 787,054,800 gallons of JAA, 203,153,600 gallons of JP5, and 130,739,400 gallons of F76, to be delivered from April 1, 2025, through March 31, 2026. The fuels are critical for military operations and logistics, ensuring that the Department of Defense maintains operational readiness across multiple regions. Interested small businesses must submit their proposals by October 4, 2024, and can direct inquiries to Amanda Webster at amanda.webster@dla.mil or Joseph Yacovone at Joseph.Yacovone@dla.mil for further assistance.
    DLA Energy Bulk Petroleum - JPTS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking suppliers for Jet Propellant Thermally Stable (JPTS) fuel to support operations at Beale Air Force Base in California, Osan Air Base in Korea, and DFSP Texas City in Texas. The procurement encompasses an estimated annual requirement of 1,150,000 gallons for Beale AFB, 925,000 gallons for Osan AB, and 1,725,000 gallons for Texas City, with the contract period running from April 1, 2025, to March 31, 2026, and options for three additional years. This fuel is critical for military operations, ensuring the readiness and operational capability of the U.S. Air Force. Interested vendors should prepare for full and open competition, with the solicitation expected to be issued on https://www.sam.gov in late September or early October 2024; inquiries can be directed to Tracey Grinstead or Sonji Epps via their provided emails.
    DLA Energy Bulk Petroleum FMS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking suppliers for the procurement of bulk petroleum under the Foreign Military Sales (FMS) program. This opportunity encompasses a base year and three option years, with estimated requirements including 56 million gallons of Turbine Fuel (Aviation, JP8) and 28 million gallons of Diesel Fuel Oil (EN590) for the base year, with varying quantities for subsequent years. The procurement is critical for maintaining military fuel supplies and is subject to full and open competition, contingent upon available funding and compliance with relevant specifications and the Trade Agreement Act of 1979. Interested parties can direct inquiries to Vincent Joyner at vincent.joyner@dla.mil or Shannon Coleman at shannon.coleman@dla.mil, with the solicitation details available on SAM.gov.
    Aviator Breathing Oxygen (ABO)
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the delivery of Aviator Breathing Oxygen (ABO) to the U.S. Coast Guard Kodiak Station in Alaska under solicitation number SPE601-24-R-0314. Contractors are required to supply ABO that meets MIL-PRF-27210J standards, ensuring compliance with quality assurance protocols, including the provision of a Certificate of Analysis with each shipment and adherence to hazardous material transport regulations. This procurement is critical for maintaining the operational readiness of military aviation, emphasizing the importance of secure and efficient logistics in aerospace energy services. Interested vendors must submit their proposals by September 30, 2024, at 3:00 PM CST, and can direct inquiries to Contract Specialist Shanise Mingledolph at shanise.mingledolph@dla.mil or Contracting Officer Willard M. Ramseur at willard.ramseur@dla.mil.
    NAS Pensacola, FL Government-Owned, Contractor-Operated (GOCO) Fuel Services
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking qualified small business sources to provide Government-Owned, Contractor-Operated (GOCO) fuel services at Naval Air Station (NAS) Pensacola, Florida. The procurement involves the operation and maintenance of fixed fuel facilities and aviation aircraft fuel services, requiring contractors to supply all necessary personnel, equipment, and materials to manage petroleum products effectively. This opportunity is significant for ensuring the operational readiness of military aviation through reliable fuel management. Interested firms must respond to this Sources Sought Notice by October 2, 2024, with submissions directed to Micherie Dougherty and Yalier Fuster via email. The anticipated contract will be a firm-fixed price with a four-year base period starting around November 1, 2025, and will be subject to the Service Contract Act of 1965.
    DLA Energy - Carbon-Pollution Free Electricity/Retail Electricity 2024
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for a 20-year contract to supply Carbon Pollution-Free Electricity (CFE) and retail electricity to various federal installations within the PJM Interconnection region. The procurement aims to fulfill at least 35% of the government's total electricity needs with new-build CFE by 2030, while the remaining 65% will be sourced from conventional retail electricity. This initiative aligns with the U.S. government's commitment to sustainability and compliance with Executive Order 14057, which mandates sourcing 100% CFE by 2030. Interested offerors must submit their proposals by approximately 30 days after the solicitation is issued, with the anticipated solicitation release date on July 31, 2024. For inquiries, potential bidders can contact Charlene Woods at charlene.woods@dla.mil or Felicia Hightower at felicia.hightower@dla.mil.