FUEL SAMPLING PROGRAM
ID: 70Z04025Q50011789Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, USA

NAICS

Testing Laboratories and Services (541380)

PSC

QUALITY CONTROL- FUELS, LUBRICANTS, OILS, AND WAXES (H191)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking quotations for a Fuel Sampling Program (FSP) aimed at conducting comprehensive analyses of marine diesel (MGO) and aviation fuel (JP-5) to ensure the quality and operational readiness of its fleet. The contractor will be responsible for providing and shipping fuel sample kits globally, conducting laboratory analyses, retaining samples, and reporting results, all while adhering to strict quality control standards, including ISO certifications. This program is critical for safeguarding the USCG from low-quality fuel that could impair operations, and the contract will consist of a 12-month base period with four optional 12-month extensions. Interested parties must submit their quotations by July 31, 2025, at 2:00 PM EST, and can direct inquiries to Carol L. Dreszer at Carol.L.Dreszer@uscg.mil or Kelly Wyatt at kelly.a.wyatt@uscg.mil.

    Files
    Title
    Posted
    The document is an amendment to a solicitation issued by the U.S. Coast Guard Surface Forces Logistics Center concerning a contract for testing marine gas oil (MGO) and aviation fuel. It provides key details regarding the solicitation amendment, including the effective date, contract identification, and the required acknowledgment of the amendment by potential contractors. The amendment clarifies that the awarded contractor will be responsible for both MGO and aviation fuel testing at a single CONUS testing facility, rejecting proposals that include outsourced testing. Additionally, the document specifies the deadline for submission of proposals as July 31, 2025, with a strict prohibition on accepting further inquiries due to time constraints. This amendment highlights the Coast Guard's commitment to acquiring reliable fuel testing services essential for operational readiness while adhering to federal procurement procedures and regulations.
    The document is an amendment to a solicitation issued by the U.S. Coast Guard Surface Forces Logistics Center for proposal on fuel testing standards. It specifically amends RFQ No. 70Z04025Q50011789 to clarify requirements regarding Filtration Time, stating it must adhere to ASTM D5452 test method standards and reported separately. The amendment addresses concerns raised by contractors, extending the deadline for receipt of proposals to July 31, 2025, at 2 pm EST. It emphasizes the necessity of acknowledging receipt of the amendment to avoid rejection of offers. The document serves as a crucial update for contractors, ensuring clarity on testing methods and procedures necessary for compliant fuel analysis. Additionally, it outlines the expectations for contractors in responding to solicitation amendments, highlighting regulatory adherence and potentially impacting future proposal evaluations. Overall, the amendment structurally organizes the response to contractor inquiries while reinforcing procedural compliance in the federal contracting landscape.
    The United States Coast Guard (USCG) seeks a contractor for a one-year Fuel Sampling Program (FSP) agreement to conduct thorough analyses of middle distillate/diesel and aviation fuel. The contractor will manage the provision and shipping of sample kits globally, perform testing and analysis to ensure fuel quality, retain samples, and report findings to USCG. The FSP aims to safeguard the USCG fleet from low-quality fuel that could hinder operations. Key responsibilities include shipping fuel sample kits to vessels, facilitating sample collection, and adhering to a strict schedule for analysis with results reported within specified deadlines. The contractor’s laboratory must comply with quality standards, including ISO certifications, and participate in fuel proficiency testing programs. Fuel property tests are outlined in multiple test slates, each specifying methods and standards to evaluate various fuel characteristics. The contractor must maintain qualified personnel and robust quality assurance processes. Deliverables will include routine progress reports and monthly invoices, indicating comprehensive service tracking. The contract spans from September 2025, with options to extend for up to four additional years, requiring a clearly defined plan for seamless transitions to ensure continued support for USCG operations.
    The United States Coast Guard (USCG) requires a comprehensive Fuel Sampling Program (FSP) for the analysis of middle distillate/diesel (MGO) and aviation fuel (JP-5) quality. The contractor will manage fuel testing services, including providing sample kits, conducting laboratory analyses, ensuring quality control, and reporting results. This ongoing program aims to protect the USCG fleet from substandard fuel that could hinder operational capacity. The contractor must comply with specific standards, including ISO/IEC 17025, while performing various fuel tests as outlined in multiple test slates. Key responsibilities include shipping fuel samples from global locations, ensuring proper handling, and utilizing certified laboratories for analysis. Findings will be documented in an accessible online database, facilitating tracking and reporting The contract spans one base year with four optional extensions, ensuring ongoing support and adherence to government regulations. The contractor will also participate in proficiency testing, maintaining high-quality assurance standards throughout the contract duration. Overall, the SOW emphasizes rigorous analysis and accountability in maintaining fuel quality critical to the USCG's operational effectiveness.
    The document outlines a Request for Quotation (RFQ) for a Fuel Analysis Program, detailing a schedule for pricing and performance periods from September 2025 to August 2030. It provides a breakdown of the costs associated with various fuel-related services, including the provision of fuel sample kits, and test slates for multiple geographic regions such as the Continental United States, Alaska, Hawaii, Puerto Rico, and Guam. The RFQ is structured into four option years, listing specific contract line item numbers (CLINs) for each year, along with corresponding quantities and unit prices, all set to $0.00. Key items outlined include test slates and reports for fuel samples, indicating a focus on assessing fuel quality across North America and other regions. Despite the absence of associated costs for the items, the document suggests a meticulous approach to fuel analysis, highlighting the need for comprehensive sampling and reporting as part of the government’s strategy to ensure fuel quality compliance. Overall, the RFQ reflects a systematic and structured procurement process aimed at engaging contractors for ongoing fuel analysis support.
    The document outlines Wage Determination No. 2015-4265 under the Service Contract Act by the U.S. Department of Labor, detailing minimum wage requirements for federal contract workers in Maryland. It specifies that contracts awarded post-January 30, 2022, must pay at least $17.75 per hour or the applicable wage if higher, while those awarded between January 1, 2015, and January 29, 2022, are subject to a minimum of $13.30 per hour. The determination lists specific wage rates and fringe benefits for various occupations, including administrative, mechanical, personal service, and health-related roles, ensuring comprehensive labor standards. Additionally, it emphasizes compliance with Executive Orders regarding paid sick leave and annual adjustments to wage rates. Contractors must adhere to set guidelines for employee classification and conformance processes for unlisted job roles. This document serves as a crucial regulatory framework for ensuring fair compensation and protections for employees in federally funded projects, aligning with broader government efforts in labor rights and worker safety.
    The U.S. Coast Guard (USCG) has issued a solicitation for a Fuel Sampling Program (FSP) aimed at analyzing the quality of marine diesel (MGO) and aviation fuel (JP-5) over a 12-month base period, with four optional 12-month extensions. This program, in place for over 20 years, collects data globally to ensure the fleet receives high-quality fuel and avoids suppliers of lower quality, detrimental fuel. The contract will follow a Requirements Contract model, where services are ordered via individual task orders, and funding will be allocated accordingly. The contractor is responsible for providing fuel testing services, shipping sample kits, conducting analyses, and reporting results. It must deliver promptly, with specific timeframes for sending fuel kits and reports post-analysis. Further, the document outlines contracting administration including invoicing requirements, oversight responsibilities of the Contracting Officer's Representative (COR), and stipulations against using prohibited telecommunications and surveillance components. This solicitation reflects the Coast Guard's commitment to ensuring operational readiness through quality assurance in fuel procurement, adhering to regulations and maintaining the integrity of the procurement process. The project underscores the importance of compliance with federal contract clauses and emphasizes the critical nature of quality control in military logistics.
    The document outlines a solicitation for a contract specifically aimed at Women-Owned Small Businesses (WOSB) within the federal procurement framework. It includes general information about the contract, such as requisition numbers, contract numbers, issue dates, and contact details for the project lead. This solicitation is tailored for specific services and products and includes critical sections pertaining to submission requirements, evaluation methods, and delivery conditions. The document emphasizes the importance of submission deadlines, payment processing, and required signatures from both the contractor and contracting officer. It also notes specific classifications under which businesses may qualify, such as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Given the context of government RFPs, this solicitation highlights the federal commitment to supporting minority-owned businesses by providing equitable opportunities to participate in government contracts. The total award amount specified reinforces the scale of investment intended for these contracts, thereby encouraging participation from eligible entities.
    Lifecycle
    Title
    Type
    FUEL SAMPLING PROGRAM
    Currently viewing
    Solicitation
    Similar Opportunities
    TANK EXPANSION and PUMP,FUEL,METERING AND DISTR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of tank expansion and fuel metering and distribution pumps, primarily from Cummins Inc. The requirement includes 20 units of tank expansion components and 10 fuel metering and distribution pumps, both of which must be individually packaged according to strict military standards to prevent damage during transport. These components are critical for the operation of the Coast Guard's 154' Fast Response Cutters, ensuring reliable fuel management and operational readiness. Interested vendors must submit their quotations by December 16, 2025, at 9:00 AM EST, and can direct inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil. All bidders must be registered in the System for Award Management (SAM) and provide their Tax Information Number (TIN) with their offers.
    Contracted Laboratory Services CONUS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking contractors to provide laboratory testing services for government-owned petroleum products across the Continental U.S. (CONUS). The contractor will be responsible for testing various fuels, including jet fuels, diesel fuels, unleaded fuels, additives, and lube oils, in accordance with military specifications, and for transporting samples to their laboratory facilities. This procurement is critical for ensuring the quality and compliance of fuel products used by the military, with testing required to be completed within specific time frames, including 24/7 availability. The solicitation is expected to be issued between December 2025 and January 2026, with a closing date around January 2026, and interested parties can contact Ralph Dayougar at ralph.1.dayougar@dla.mil or Karen Tom at karen.tom@dla.mil for further information. The contract period will span from March 15, 2026, to March 14, 2028, with options for extension.
    Procurement of Fuel Tanks
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of fuel tanks for aircraft. This opportunity involves the acquisition of 19 units each of right and left fuel tanks, which must be newly manufactured commercial items sourced from Original Equipment Manufacturers (OEMs) such as Sikorsky Aircraft Corporation and Meggitt (Rockmart), Inc. The procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all components meet stringent FAA guidelines and OEM specifications. Interested vendors must submit their quotations by January 5, 2026, with an anticipated award date around April 1, 2026. For further inquiries, contact Steven Levie at steven.a.levie@uscg.mil or by phone at 206-815-2059.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    FILTER AY-LUB OIL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the supply of FILTER AY-LUB OIL (part number RG192119HFS-G) with a delivery deadline set for October 16, 2025. Vendors are required to provide these specific gear lube oil filters, ensuring compliance with strict packaging and marking standards as outlined in military specifications, to guarantee safe delivery and proper identification. This procurement is critical for maintaining operational readiness and efficiency within the Coast Guard's fleet. Interested vendors must submit their quotes by July 24, 2025, and must be registered in SAM.gov to be eligible for consideration. For further inquiries, vendors can contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    Recreational Boat Testing Program and Database Service Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources to provide technical and management services for its Recreational Boat Testing and Compliance Program (RBTCP). The contractor will be responsible for operating and maintaining the Recreational Boating Safety Database (RBSDB), conducting inspections and testing for compliance with federal safety requirements for recreational boats and marine equipment, and managing various outreach initiatives. This program is crucial for ensuring the safety of recreational boating and involves a significant number of inspections and testing activities annually. Interested parties should note that responses to the sources sought notice are due by December 22, 2025, and the anticipated contract will be a Firm Fixed Price agreement with a base period of 12 months and four option periods, starting in June 2026. For further inquiries, potential bidders can contact Jesse L. Womack at Jesse.L.Womack@uscg.mil or William Hillyer at William.k.Hillyer@uscg.mil.
    Procurement of Jet A, Gasoline and Diesel Fuel for USCG aircraft and vehicles on Great Inagua, Bahamas
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, US Coast Guard is procuring Jet A, Gasoline, and Diesel Fuel for USCG aircraft and vehicles on Great Inagua, Bahamas. This procurement is typically used to fuel USCG aircraft and vehicles operating in the area. The intended contractor for this Sole Source Firm Fixed Price contract is Morton Bahamas Limited, located in The Bahamas. The required quantities are 4,772 gallons of Regular Unleaded Gasoline, 4,772 gallons of Diesel Fuel, and 19,220 gallons of Jet A Fuel. The procurement is being conducted using commercial item procedures. Interested parties must submit their offers or quotations by June 12, 2023, to the primary contact, Rosalyn Wooling, at rosalyn.a.wooling@uscg.mil.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    open inspect and report CORE ASSEMBLY,FLUID
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of two Core Assembly Fluid units, identified by stock number 4420-01-496-9702 and part number N03877. The procurement requires the use of genuine parts from American Precision Industries Inc. and mandates a thorough refurbishment process to restore the units to their original operating specifications, including pressure and production tests to ensure performance. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with the total estimated cost for the overhaul not to exceed $21,080, and compliance with various federal regulations and certifications is required.