SEE AMENDMENT 1 Australia PC&S Solicitation
ID: SPE605-25-R-0207Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Petroleum Refineries (324110)

PSC

LIQUID PROPELLANTS AND FUELS, PETROLEUM BASE (9130)
Timeline
    Description

    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.

    Point(s) of Contact
    DLAEnergyFEPAA@dla.mil
    DLAEnergyFEPAA@dla.mil
    Files
    Title
    Posted
    The document outlines a government Request for Proposal (RFP) for the supply and delivery of various types of fuel, including automotive gasoline, diesel fuel, and aviation turbine fuel, within specific regions in Australia from July 1, 2025, to June 30, 2030. Fuel quantities are listed alongside detailed delivery requirements for each type, including NSN codes, pricing escalation references, and delivery modes (such as drums or tank trucks). Vendors are expected to coordinate with military bases for delivery access, provide delivery tickets, and meet strict security protocols. Key delivery notes emphasize that preparation and execution should align with military exercises, requiring coordination with designated points of contact and adherence to set delivery schedules. Specific requirements for tank and drum sizes, as well as safety and containment measures, are stipulated. The RFP reflects a significant logistical undertaking involving fuel supply to support military operations while adhering to regulatory and safety standards. Overall, this document illustrates the collaboration between government agencies and contractors to ensure efficient fuel distribution under operational demands in a military context.
    The document presents a detailed schedule (SPE605-25-R-0207) for fuel supply requirements, primarily targeting the U.S. Army in several regions of Australia. It specifies the delivery of various fuel types, including gasoline, diesel, and aviation turbine fuel, over a performance period from July 1, 2025, to June 30, 2030. Key points include specific quantities for each item, delivery logistics, service codes, and associated NSNs (National Stock Numbers). Vendors are required to deliver fuel in drums or via tank trucks, depending on the item, with clear protocols for delivery timing, customer notification, and security requirements. The file outlines responsibilities for the vendor, such as removing empty drums, adhering to delivery hours, and ensuring compliance with access regulations at military installations. It emphasizes the need for communication between the vendor and the ordering officer for successful execution of the deliveries. This document serves as part of the government’s procurement process, aimed at ensuring logistics and supply chain efficiency for military fuel requirements in conjunction with ongoing training activities.
    The document outlines the Offeror Submission Package for Solicitation SPE605-25-R-0207, which pertains to the purchase program for 1.8T Australia, effective from July 1, 2025, to May 31, 2030. The solicitation invites bids for fuel delivery, requiring submissions by February 13, 2025, with specified deliverables within 48 hours post-award. Offers must include specification sheets for the fuel types proposed; failure to provide these will lead to disqualification. The package contains mandatory documents such as a signed letter on company letterhead affirming the acceptance of all solicitation terms, applicable clauses filled out with prices, and conformity with tax obligations. Key sections encompass details on transportation rates, electronic fund transfers, tax relief provisions, and representations regarding offeror responsibility. Further, the document mandates certifications regarding lobbying disclosure and compliance with the Buy American Act. Essentially, the issuance serves to solicit bids from qualified contractors while ensuring compliance with federal regulations, with a focus on regulatory adherence and the importance of company accountability in contracting processes. This structured approach reflects the government's methodical procurement strategy in acquiring fuel for military and federal operations.
    The document outlines the user registration process for the Automated Management and Procurement System (AMPS) specifically for external users, including non-DLA employees and vendors. It emphasizes the importance of accurate user information, particularly email addresses for notifications regarding account role requests. Users are instructed to set a secure password and answer security questions, adhering to strict criteria to enhance security. The registration process is aimed at various user types: Federal Agency users, Suppliers/Vendors, and the general public. Each user type has specific information requirements, such as providing Cyber Awareness Training dates for military and government contractor users. The instructions detail the necessary steps to follow when creating an AMPS account, including accessing the AMPS Gateway, selecting user type, and entering personal and contact information. This system facilitates role requests within the Department of Defense logistics framework, ensuring that both government and external users can access and manage relevant applications effectively. Overall, the document serves as a comprehensive guide for external users to establish their AMPS accounts securely, aligning with the federal government's need for reliable user access management in logistics and procurement-related functions.
    This document serves as a guide for external vendors and contractors seeking the OET Vendor role within the AMPS system. It details the steps required to log in, request the role, and navigate the Offer Entry Tool (OET). Users must ensure their DLA User ID is set to "Vendor" and associated with "DLA External" to gain access. The role request involves accepting a privacy statement, updating user information, selecting the Energy OET role, providing justification for access, and submitting the request. Confirmation of the request and subsequent status updates are communicated via email. This process is critical for vendors wishing to participate in government procurement through OET, reflecting the structured approach to managing access within federal contracting frameworks. Adherence to these protocols ensures compliance and facilitates smoother interactions for offer submissions.
    The document outlines the registration and bidding process for vendors participating in DLA-Energy solicitations for fuel at Posts, Camps & Stations (PCS). Vendors must register through the DLA-Energy AMPS platform and receive login credentials via email. The process includes logging in to the PCS Offer Entry Tool (OET) to verify company information, select solicitation opportunities, and enter bids. Vendors can specify line items using filtering options and may submit bids until the deadline. Key steps include reviewing solicitation numbers, entering bid data on the Offer Bid Lines screen, and attaching necessary documents, such as a PDF bid package containing FARs and other certifications. It is important to check for any amendments to solicitations before submission. The bidding submission can be modified repeatedly until the closing time, emphasizing the system's flexibility for vendors. Overall, the document serves as a comprehensive guide for vendors to navigate the bidding process for federal fuel contracts, ensuring compliance and providing necessary steps for effective submissions. The main purpose is to streamline vendor participation in government RFPs, emphasizing proper registration, bid entry, and document submission protocols.
    The document outlines delivery scopes for various regions in Australia concerning a government request for proposals (RFP). It specifies five distinct delivery regions, each with defined geographic boundaries and specific delivery requirements. Region 1 encompasses areas within a 150-kilometer radius from Darwin, including Robertson Barracks and Mount Bundy Training Area. Region 2 includes a 200-kilometer delivery radius from Katherine, extending to Pine Creek. Region 3 is designated for Alice Springs, also with a 200-kilometer radius. Region 4 focuses on deliveries within the Shoalwater Training Area in Queensland, specifically including Gladstone. Lastly, Region 5 pertains to deliveries at the Royal Australian Air Force Base Townsville in Queensland. The document serves as a guideline for potential bidders on the delivery parameters, ensuring compliance with specified regional constraints, and emphasizes logistical considerations vital for government contracting processes. Overall, it indicates the government's intent to procure services for designated military and training facilities across multiple regions in Australia.
    The document outlines the procurement of Aviation Turbine Fuel, specifically Jet A-1, by the Defense Logistics Agency Energy. It mandates that all supplies must adhere to applicable federal, state, and local environmental regulations upon delivery. The contractor is responsible for identifying these requirements, ensuring compliance with potentially more stringent specifications. Key product standards are defined, referencing the ASTM D1655 for aviation turbine fuels and specifying variations for different geographical locations. Notable product requirements include microseparometer ratings relating to various fuel additives, such as Fuel System Icing Inhibitor (FSII) and Corrosion Inhibitor/Lubricity Improver (CI/LI). Additives are to be introduced separately, ensuring a homogenous fuel blend. The proper concentrations for additives must comply with established standards and guidelines, with requests for cost adjustments permitted if compliance imposes additional costs on the contractor. This document serves both as a technical specification for potential bidders and as a regulatory framework to ensure environmental compliance, safety, and performance standards in aviation fuel procurement. Its detailed structure provides clarity on expected compliance measures and product specifications vital for prospective contractors within government contracts.
    The Defense Logistics Agency (DLA) Energy solicits bids for the delivery of Diesel Fuel (DF2) in overseas locations (OCONUS). The supplied diesel must meet local environmental regulations and specified commercial standards, such as ASTM D975 or EN 590, depending on the delivery location, including Iraq, Afghanistan, and various Central American countries. The contract stipulates that fuel must be visually free of contaminants and adhere to strict quality specifications, with a clear outline of requirements distinguishing between biodiesel and non-biodiesel blends. Additional specifications include the use of fuel additives, such as a fuel stabilizer and corrosion inhibitors, to ensure fuel quality during storage. Contractors must submit any deviations from specifications and outline corrective actions. This solicitation reflects the government's focus on meeting stringent quality standards for military fuel supplies in various climates while addressing location-specific requirements to ensure operational effectiveness. The document underscores compliance and quality control in defense logistics operations within a global context.
    The document is an RFP from the Defense Logistics Agency Energy regarding the supply of Aviation Turbine Fuel (JP8) across various geographic regions, emphasizing compliance with environmental regulations. Contractors must ensure that the fuel meets all applicable federal, state, and local environmental standards at the time of delivery, prioritizing more stringent specifications if necessary. Key specifications include adherence to MIL-DTL-83133K and limitations on contaminants such as particulate matter and fatty acid methyl ester (FAME). Special testing protocols for filtration time and MSEP ratings are outlined, detailing specific conditions for various regions, including the Rocky Mountain/West and Alaska. The document also highlights the requirements for additives, including corrosion inhibitors and lubricity improvers, and the protocols for ensuring homogeneous blending during delivery. Compliance with these specifications is crucial for product acceptance, and contractors may seek equitable adjustments if they encounter additional costs due to adherence to stricter requirements. Overall, the RFP underscores the importance of regulatory compliance in fuel delivery to support military operations.
    The document outlines the specifications and requirements for the supply of premium unleaded automotive gasoline under a contract with the Defense Logistics Agency (DLA) Energy. It emphasizes compliance with all relevant federal, state, and local environmental regulations that may be applicable at the point of delivery, particularly focusing on the stricter requirements of those regulations. The gasoline must meet various international quality specifications depending on the country of delivery, including standards from Australia, Canada, Japan, the Philippines, the Middle East, and general ASTM requirements for other regions. The contractor must ensure that the gasoline's octane rating aligns with specified requirements, allowing for seasonal and altitude adjustments. Moreover, there are stipulations on the types of oxygenates that can be blended into the gasoline, governed by existing environmental rules. The document serves as a clear directive for contractors on maintaining product conformity and ensuring compliance with the various legislative frameworks that govern fuel delivery, reinforcing the agency's commitment to environmental standards and quality assurance in government procurements.
    The document outlines the minimum sampling, testing, and retention requirements for petroleum products, focusing on various types of conveyances including bulk tank cars, tank trucks, and barges. It specifies the required retention periods for different fuels and lubricating oils and provides detailed protocols for sampling before, during, and after loading, including the specific quantities and types of samples needed. Each test requirement is noted, highlighting the importance of compliance with quality assurance standards. Key points include distinct procedures for sampling related to aviation fuels, lubricating oils, and other petroleum products, emphasizing testing for properties such as appearance, density, and contamination. The document also includes instructions for cleaning conveyances previously used for different substances, ensuring that procedures align with safety and quality regulations. This regulatory framework supports government contracts and funding requests by establishing stringent quality control measures and maintains the integrity of fuel supplies for government operations, reflecting a commitment to safety and compliance within the petroleum supply chain. Overall, the document serves as a guideline for government entities and contractors in maintaining quality assurance in fuel management.
    The document outlines minimum sampling and testing requirements for petroleum products within federal procurement environments, emphasizing quality assurance in fuel management. It contains detailed tables defining retention periods based on fuel type, minimum sampling locations, and specific testing protocols for different modes of transportation, including tankers, barges, pipelines, and tank trucks. Key points include the necessity for sampling at various stages of fuel loading and discharge, adherence to ASTM standards, and maintaining appropriate procedures for product verification. The systematic approach ensures that all petroleum products meet specific quality standards before and after transfer processes, addressing potential discrepancies in testing and reinforcing safety measures during procurement activities. This document serves as a critical guideline for government entities engaged in the management and acquisition of fuel supplies, ensuring compliance with federal standards and operational efficiency.
    The document titled "Supplemental Quality Assurance Provision (SQAP)" from the Defense Logistics Agency (DLA) outlines the quality assurance process for fixed-price contracts involving supplies. Specifically, it establishes acceptance points for delivered items, specifying that for contracts designated f.o.b. (free on board) origin, acceptance occurs at the origin, while for f.o.b. destination contracts, acceptance takes place at the destination. These guidelines are to be followed unless a contract states otherwise. The document is intended for public release and carries a distribution statement indicating it has unlimited distribution. Approved revisions and reviews date back to July 30, 2015, with multiple iterations documented since the early 1980s. Ultimately, this SQAP serves to standardize the acceptance process of supplies, ensuring compliance with quality assurance protocols specifically within the energy sector of DLA operations.
    The document outlines the Supplemental Quality Assurance Provision (SQAP) as part of the Defense Logistics Agency (DLA) and its related contractual obligations. It establishes requirements for contractors to provide product samples at the request of designated Quality Representatives, specifying that no more than five 1-gallon samples per contract line item should be submitted at no extra charge to the government. Contractors are responsible for packaging, marking, and shipping the samples, with shipping costs covered upfront. The document is marked for unlimited distribution and was approved for public release, indicating its transparency and accessibility within government procurement processes. Overall, it emphasizes the quality control processes that contractors must adhere to in government contracts, ensuring product reliability and compliance in supply chain management.
    The document outlines the Supplemental Quality Assurance Provision (SQAP) for Defense Logistics Agency (DLA) Energy, specifically addressing the inspection protocols for bulk fuels, including aviation and non-aviation products. Effective from June 2015, the Energy QAP E21.01 highlights that inspections are required before acceptance of products, which are conducted at various points depending on the contract terms (f.o.b. origin or destination). The Contractor must inform the designated Inspection Office when inspections are warranted, providing adequate access and information for the process. Preliminary inspections are typically performed at origin for both types of items, with final inspections occurring at the destination or point of manufacturing. This document reinforces the DLA's commitment to quality assurance in military logistics and energy supply, ensuring product compliance prior to acceptance for use within military installations.
    The Supplemental Quality Assurance Provision (SQAP) document outlines the inspection responsibilities for Defense Logistics Agency (DLA) Energy contracts concerning various energy products, including petroleum and aerospace fuels. Approved on February 9, 2022, the document assigns codes to specific geographic areas in the Continental United States (CONUS) and Outside the Continental United States (OCONUS), detailing which inspection offices are responsible for oversight in each location. The document is structured into sections that identify areas of responsibility, office codes, and contact information for inspection offices across the U.S. and abroad. It provides specific exceptions for certain regions, ensuring clarity in the assignment of responsibilities. Notable inclusions are regional offices such as DLA Energy Americas East and West, as well as Middle East operations. The main purpose of this SQAP is to standardize quality assurance processes for DLA Energy contracts, facilitating effective oversight and compliance with federal standards. This aligns with federal procurement practices aiming to ensure the quality and reliability of energy resources critical to military and governmental operations.
    The DLA Supplemental Quality Assurance Provision (SQAP) focuses on managing nonconforming supplies and services within contracts with the Defense Logistics Agency (DLA) Energy. It defines key terms such as "deviation" and "waiver," outlining the procedures for contractors to request these authorizations when deviations from specifications occur. The document specifies that while the government may accept nonconforming items, prior approval is required, except in extraordinary situations where a verbal request may suffice initially. Additionally, it establishes that a minimum administrative cost of $500 applies for approved deviations or waivers, covering inspection and potential re-inspection costs. Contractors are accountable for penalties arising from nonconforming supplies and are discouraged from repeated offenses. The overall purpose of the document is to ensure quality control and accountability in government contracting processes, thereby safeguarding public resources and maintaining operational integrity within the DLA framework.
    The document outlines the Supplemental Quality Assurance Provision (SQAP) for the Defense Logistics Agency (DLA) regarding energy-related contracts. The SQAP emphasizes two main procedures: Source Restriction and Source Inspection. Source Restriction allows the Contracting Officer (CO) to mandate a single supply source if any delivered product is off-specification, requiring a written response from the contractor within 10 days. Additionally, the contractor must provide specific loading point information. Source Inspection enables the CO to shift quality inspections from the destination to the origin in cases of recurring quality issues, with necessary contract provisions applied. Non-compliance in communication or corrective measures could lead to contract termination for default. This document is pertinent to federal procurement processes, emphasizing quality assurance measures vital for ensuring compliance and reliability in supply chains. DLA Energy, located at Fort Belvoir, Virginia, manages this process. The provided guidelines are crucial to maintaining product standards in government contracts.
    The document appears to contain dated references to "JUN 2014" and "08 JUL 2014," suggesting it may relate to ongoing discussions or decisions made around that time. However, it lacks substantive content beyond these dates, which hinders a deeper analysis. In the context of federal grants, RFPs, and state/local RFPs, the dates could indicate submission deadlines, reporting milestones, or regulatory timelines for funding proposals or project initiatives. Notably, without further details, it is impossible to extract key points, themes, or purposes typically associated with formal RFPs or grant opportunities. This document, therefore, requires additional context or specific contents to provide a thorough summary or analysis. As it stands, it serves as a record of time without additional informative content relevant to government operations or funding processes.
    The document appears to be a corrupted file containing various sections likely related to federal government RFPs (Requests for Proposals) and grants, along with state and local RFPs. Although specific content is undecipherable due to apparent data corruption, key elements of government RFPs generally focus on outlining funding opportunities and project proposals to address public needs. Typically, RFP documents include sections such as objectives, eligibility criteria, application processes, evaluation methods, and timelines for submission. They aim to solicit proposals from organizations or businesses to provide solutions, services, or products in line with government initiatives. Overall, when intact, such documents serve a crucial role in guiding prospective applicants through the essential steps for accessing public funding and contributing to local or national projects, emphasizing compliance with federal and state regulations. Given the context, its relevance resonates within the framework of promoting transparency, encouraging public participation, and fostering economic development through competitive bidding processes.
    The Federal Solicitation SPE605-25-R-0207 seeks proposals for the supply of fuels—premium gasoline, aviation gasoline, and diesel fuel—for U.S. Department of Defense operations in Australia, covering a period from July 1, 2025, to June 30, 2030. The Defense Logistics Agency - Energy, based in Fort Belvoir, Virginia, is the issuing office. The solicitation outlines a continuous procurement process, with responses initially due by February 14, 2025, and allows for open competition throughout its duration. Key points include the requirement for contractors to submit proposals with pricing held firm for 240 days. The evaluation process will prioritize technical acceptability and cost, with each contract line item evaluated and awarded separately. Specific instructions are provided regarding proposal submissions through the DLA Internet Bid Board System (DIBBS) and the economic price adjustment mechanisms linked to market price fluctuations. Additional guidelines stress the necessity for prompt bid submissions, the drafting of delivery schedules, and compliance with government safety and measurement standards. Overall, this solicitation emphasizes the commitment to ensuring a reliable supply of essential fuels for military operations in Australia while maintaining strict adherence to federal contracting regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Ship Propulsion Fuel (Bunkers)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the procurement of Ship Propulsion Fuel (Bunkers) for U.S. vessels at various global ports. This procurement includes Distillates and Residuals, specifically Commercial Marine Gas Oil (MGO), Intermediate Fuel Oils (IFO 180 and IFO 380), Very Low Sulfur Fuel Oil (VLSFO), and potentially MILSPEC products like JP5 and F76 for Navy ships, with deliveries scheduled from October 1, 2024, to October 31, 2025. The initiative is critical for maintaining operational readiness and compliance with environmental standards in military logistics, emphasizing quality assurance and rigorous documentation practices. Interested vendors must register in the SEA Card® Online program and can direct inquiries to Francis Murphy at Francis.c.Murphy@dla.mil or Jasper Pili at Jasper.Pili@dla.mil, with the ordering period commencing on October 1, 2024.
    Direct Supply of Natural Gas US West Region - SPE604-25-R-0401
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the direct supply of natural gas to various Department of Defense and federal civilian installations in the West Region of the United States, under solicitation number SPE604-25-R-0401. Offerors are required to provide detailed past performance information and comply with federal regulations, including representations and certifications, to ensure transparency and accountability in the procurement process. This procurement is critical for maintaining reliable energy supplies for government operations, with a delivery timeline set from October 1, 2025, to September 30, 2027. Interested parties must submit their proposals by March 20, 2025, and can reach out to Johnny McDonald Jr. at johnny.mcdonald@dla.mil or 571-767-0946 for further inquiries.
    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.
    DLA Energy FY25 Annual Procurement Forecast of Petroleum Acquisitions
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is announcing its Fiscal Year 2025 Annual Procurement Forecast for petroleum acquisitions, detailing the anticipated procurement of various petroleum products. The forecast includes estimates of 75.05 million barrels for bulk and PCS, 3.95 million barrels for IntoPlane, 2.03 million barrels for bunkers, and 2.41 million barrels for non-contract acquisitions, totaling approximately 83.44 million barrels. This procurement is crucial for supporting military operations and ensuring the availability of essential fuel supplies. Interested vendors should reach out to Ayodele Warburton at ayodele.warburton@dla.mil or 571-363-8969, or Kurtiss Beach at kurtiss.beach@dla.mil or (571) 767-4306 for further details.
    See Amendment 1: RFQ North West Field, Guam, 9,000 USG DS2 RDD 03/03-31/2025: Quotes due NLT 10AM Ft. Belvoir Time Monday, 02/24/2025
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting quotes for the supply of diesel fuel, specifically Grade Number 2-D S15 (ULSD), for delivery to the North West Field at Anderson Air Force Base in Guam. The procurement requires compliance with stringent environmental regulations and specifications, including adherence to ASTM D 975 standards and the Clean Air Act, ensuring that the delivered fuel is free of contaminants and meets quality benchmarks. This fuel is critical for supporting military operations and preparedness during emergencies, with an initial order of 2,160 gallons and subsequent deliveries scheduled from March 3 to March 31, 2025. Interested vendors must submit their quotes by 10 AM Ft. Belvoir Time on February 24, 2025, and can contact Brian Hobbs at Brian.Hobbs@dla.mil or 571-205-3420 for further information.
    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).
    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.
    Turkey Automation (1.8Q)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking proposals for the supply of automotive gasoline and diesel fuel for U.S. government operations in Turkey, specifically in Istanbul and Adana. The procurement involves an estimated requirement of 425,000 US gallons of gasoline and 180,000 US gallons of diesel fuel, to be delivered to designated fueling stations for government and authorized privately owned vehicles within a 62-mile radius of municipalities. This initiative is crucial for ensuring the operational efficiency and logistical support of U.S. government activities in the region, while adhering to strict regulatory compliance, including sanctions related to Iran. Interested contractors must submit their proposals by March 21, 2025, at 3:00 PM, and can contact John Stanislaus at john.stanislaus@dla.mil or Georgia Dotson at georgia.dotson@dla.mil for further information.
    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.