Contractor-Owned, Contractor-Operated (COCO) Fuel Storage Services in the Port of Anchorage, Alaska
ID: SPE603-26-R-0505Type: 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)
Timeline
    Description

    The Defense Logistics Agency (DLA) Energy is seeking proposals for Contractor-Owned, Contractor-Operated (COCO) fuel storage services at the Port of Anchorage, Alaska. The procurement involves comprehensive services for receiving, storing, protecting, and shipping U.S. Government-owned aviation turbine fuels, specifically Jet A-1 and JP-5, with a total storage capacity requirement of 1,013,000 barrels. This contract is critical for ensuring the efficient management and distribution of aviation fuel to support military operations, with a firm fixed-price contract anticipated to be awarded for a four-year base period starting February 21, 2026, and an option for an additional five years. Interested contractors can contact David Donald at david.donald@dla.mil or Careka Squire at careka.squire@dla.mil for further information.

    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) Energy requires comprehensive Defense Fuel Support Point (DFSP) services in Anchorage, AK, for a four-year period with a five-year option. This Performance Work Statement (PWS) outlines the need for contractor-owned, contractor-operated (COCO) services for receiving, storing, protecting, and shipping U.S. Government-owned aviation turbine fuel, specifically Jet A-1 and JP-5, within the Port of Anchorage. Key requirements include 1,013,000 barrels of total storage capacity, a yearly throughput of 1,620,000 barrels, and 24/7 receiving and shipping capabilities via tanker/barge, rail tank car, pipeline, and tank truck. The contractor must manage inventory using DLA Energy's Accountable Property System of Record (APSR), perform additive injection to regrade fuels (e.g., Jet A-1 to JP-8), and ensure product quality surveillance with on-site or subcontracted Type C level laboratory testing. Personnel training and Common Access Card (CAC) or External Certificate Authority (ECA) acquisition are mandatory. Deliverables include detailed plans for contract compliance, quality control, and additive management. The PWS emphasizes adherence to industry standards, federal, state, and local regulations, and best commercial practices.
    This government solicitation (SPE603-26-R-0505) outlines the requirement for Contractor-Owned, Contractor-Operated (COCO) bulk fuel storage services at the Port of Anchorage, Alaska. The solicitation details a base period from February 21, 2026, to February 20, 2030 (four years), and an option period from February 21, 2030, to February 20, 2035 (five years). The services involve providing OCONUS COCO bulk fuel storage capabilities in accordance with the Performance Work Statement (PWS), with specific fill capacities required for Aviation turbine fuel: 918,000 barrels of commercial grade Jet A-1 and 95,000 barrels of military grade JP-5. The document specifies that all costs, including startup, must be included in the firm-fixed price. It also details the pricing structure for monthly and annual storage charges, emphasizing that these should be based on the required fill capacities. A significant aspect is the provision for prorated daily reductions or additions to charges if tanks are removed from or returned to revenue for cleaning/inspection as per DLA Energy Quality Assurance Provision (QAP) E18. The document provides formulas for calculating daily reductions and outlines how alternate tankage, if offered, should be priced and tracked, though QAP E18 is not an evaluated price factor.
    The Port of Anchorage, Alaska, COCO Storage Services Supplemental Quality Assurance Provision (SQAP) outlines the contractor's responsibilities for quality assurance in petroleum storage. Key provisions include the contractor providing facilities for government inspections, maintaining detailed historical data for each storage tank, and performing inspections and cleaning of bulk petroleum storage tanks at specified intervals (every 4, 6, or 8 years for aviation fuel tanks depending on tank type and an inlet filter separator, and as needed for ground and marine fuel tanks based on sediment buildup). The contractor is responsible for all costs associated with cleaning, including providing alternate storage. The document also specifies routine on-site tests and procedures the contractor must perform at their expense, such as sampling, water detection, density, temperature, appearance, color, flash point, fuel system icing inhibitor percentage, and electrical conductivity. Procedures for handling nonconforming supplies and services are detailed, requiring deviations or waivers from the Contracting Officer with associated fees. The document also lists DLA Energy inspection offices for various geographic areas, with DLA Energy Americas North (Code 130) responsible for Alaska.
    The Consent Letter is a crucial attachment for federal government RFPs, specifically for DLA Energy solicitation SPE603-26-R-0505 regarding Contractor Owned, Contractor Operated (COCO) fuel storage services in the Port of Anchorage, Alaska. Its main purpose is to obtain written consent from joint venture partners, subcontractors, and teaming partners. This consent authorizes the Government to disclose their present and past performance information directly to the prime contractor during the source selection process. Since the prime contractor is a private party, such disclosure requires explicit permission from the involved companies. The document provides a sample consent form, outlining the necessary information from the consenting company, including their role in the proposal, authorization statement, and the signature of an authorized individual.
    The document, SPE603-26-R-0505 Attachment V, is a Contract Performance Assessment Form for COCO Storage Services at the Port of Anchorage, AK. Its purpose is to evaluate contractor performance for federal government RFPs, specifically for lowest price technically acceptable procurements. The form outlines general information to be completed by the offeror, client information for the reference, and detailed guidance for completing the questionnaire. It defines adjectival ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) aligning with the Contractor Performance Rating System (CPARS), noting that under a streamlined DOD process, these equate to either 'Acceptable' or 'Unacceptable' (Unsatisfactory being Unacceptable). The assessment covers seven key areas: Quality of Service, Schedule, Cost Control, Management of Key Personnel, Small Business compliance, Regulatory Compliance, and Business Relationships, each requiring a narrative and a rating. This comprehensive evaluation ensures that contractors meet contractual requirements and performance standards for government projects.
    The provided document outlines the requirements for a Past Performance Questionnaire (PPQ) and a Past Performance Reference List (PPRL) as part of a government solicitation, likely an RFP. The PPQ section requests five past performance examples for DLA Energy, including contract number, period, place, value, and contact information. The PPRL section details additional contacts DLA can reference, to be completed by the offeror pursuant to Section M, Past Performance (recent and relevant). It specifically references "SPE603-26-R-0505 Port of Anchorage, Alaska COCO Storage Services" as an attachment for the PPRL, indicating the context of the solicitation is for storage services. The document emphasizes providing relevant and recent past performance information for DLA Energy to evaluate potential contractors.
    The SOLICITATION SPE603-26-R-0505 outlines requirements for Contractor-Owned Contractor-Operated (COCO) Storage at the Port of Anchorage, AK. It details instructions for offerors, pricing via Attachment II, and a comprehensive Performance Work Statement (PWS) in Attachment I, covering security, fire protection, water bottom removal, petroleum product sampling and testing, and responsibility for Government-owned petroleum products. The solicitation also specifies inventory control records and systems, including detailed documentation requirements for transactions, inventory adjustments, and end-of-month/year reconciliations. Quality Assurance Provisions (QAP) in Attachment III address inspection, acceptance, and contractor responsibilities. Additionally, it includes clauses for deliveries, performance, contract administration, special requirements like guard service and contractor personnel security, and numerous FAR and DFARS clauses covering areas such as information systems, telecommunications, payments, and various operational procedures.
    Similar Opportunities
    Contractor-owned, Contractor-operated (COCO) bulk retail services at two locations on Fort Bragg, NC.
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking small business sources to provide Contractor-Owned, Contractor-Operated (COCO) bulk retail fuel services at two locations on Fort Bragg, North Carolina. The contractor will be responsible for the operation, maintenance, and management of fuel facilities capable of storing significant quantities of military-grade aviation fuel (F24), commercial gasoline (MUR), and commercial diesel (ULSD), ensuring quality control and accurate accounting for petroleum products. This procurement is critical for maintaining the fuel supply chain for military operations, with a firm, fixed-price contract anticipated for a four-year base period and five additional five-year options, potentially extending the contract duration to 29 years. Interested firms must submit their responses by December 3, 2025, at 3:00 PM local Ft. Belvoir, VA time, via email to Morishita.Armstead@DLA.MIL, providing detailed company profiles and demonstrating their capabilities in fuels management.
    OTB SPE60523P6093 JA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking a contractor to deliver 53,000 gallons of DS1 fuel oil to Sparrevohn Long Range Radar Site (LRRS) in Fairbanks, Alaska. The delivery is required by air between December 19, 2022, and January 31, 2023, and the contractor must contact Sparrevohn prior to delivery to confirm any specific or special requirements. This procurement is critical for maintaining operational capabilities at the radar site, ensuring that fuel supplies are readily available for military operations. Interested parties can reach out to Sandra A. Smallwood at sandra.smallwood@dla.mil or by phone at 804-774-0904 for further details.
    Attachments for 2.3 SOUTH DOMESTIC INTOPLANE Amendment 0006
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of Jet A fuel (with and without FSII) and Into-Truck Jet A fuel with FSII for Del Rio International Airport (KDRT) in Texas. The estimated total quantity required is 180,000 US gallons, with the contract period extending from the date of award through March 31, 2027. This procurement is critical for supporting the refueling needs of the Department of Defense and other government entities, ensuring operational readiness and efficiency. Proposals are due by November 6, 2025, at 5:00 PM EST, and interested vendors can contact Joseph Teye-Kofi at Joseph.Teye-Kofi@dla.mil or Jamika Forde at jamika.forde@dla.mil for further information.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the annual bulk petroleum purchase for the Atlantic, Europe, and Mediterranean (AEM) region, specifically targeting various fuel types including Naval Distillate (F-76), Aviation Turbine Fuels (JP5, JP8, and Jet A-1). This procurement aims to secure essential fuel supplies to support military operations across multiple locations within the AEM geographic area, with a contract period extending from the date of award through June 30, 2026. Interested vendors must utilize the Bulk Offer Entry Tool (OET) for submissions, ensuring compliance with federal procurement standards, and are encouraged to register with the System for Award Management (SAM) at no cost. The solicitation closing date is set for January 14, 2025, at 3 PM EST, and inquiries can be directed to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.mil.
    DLA Energy FY26 Annual Procurement Forecast of Petroleum Acquisitions
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is announcing its annual procurement forecast for petroleum acquisitions for fiscal year 2026. The forecast outlines the anticipated procurement of approximately 80.535 million barrels of various petroleum products, including bulk and PCS, intro-plane, bunkers, and non-contract fuel. These acquisitions are crucial for supporting military operations and ensuring the availability of essential fuel supplies. Interested vendors should contact Allison Rodgers at Allison.Rodgers@dla.mil or Kurtiss Beach at kurtiss.beach@dla.mil for further details, and they are advised to refer to individual solicitations for precise quantities as the procurement process progresses.
    3.22 COG 2 Northeastern United States
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for fuel supply under the 3.22 COG 2 Northeastern United States program, specifically targeting small businesses. The procurement involves various fuel products across Connecticut, Massachusetts, Maine, New Hampshire, and New Jersey, with a focus on delivering gasoline, diesel, and other petroleum-based fuels to federal and state agencies. This contract is crucial for ensuring reliable fuel supply to military and government operations, with a performance period from April 1, 2026, to March 31, 2029. Interested vendors must submit their proposals by January 15, 2026, at 12:00 PM EST, and can direct inquiries to COG 2 at 2026COG2Solicitation@dla.mil or Kandace Wright at kandace.wright@dla.mil.
    Government Owned, Contractor Operated (GOCO) Naval Air Station (NAS) Key West, FL Fuel Services
    Dept Of Defense
    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.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the Annual Bulk Petroleum Purchase for the Atlantic, Europe, and Mediterranean (AEM) region for the 2026 Purchase Program. This procurement involves various bulk petroleum products, including Naval Distillate (F76), Aviation Turbine Fuel (JP5), and Aviation Turbine Fuel (JA1), with estimated quantities totaling over 291 million gallons across multiple delivery locations in Europe. The contract's delivery period spans from July 1, 2026, to June 30, 2027, with a mandatory use of the Bulk Offer Entry Tool (OET) for offer submissions, and the solicitation closing date is set for January 5, 2026, at 3 PM EST. Interested parties can reach out to Gerardo Gomez or Paul Johnson via email for further inquiries regarding the solicitation.
    Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, Whiteman AFB, MO.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking small business sources to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, and Whiteman AFB, MO. The selected contractors will be responsible for operating and maintaining these facilities, which includes managing the receipt, storage, issuance, and quality control of petroleum products, as well as maintaining the associated infrastructure. This procurement is significant for ensuring the efficient operation of military fuel supply chains, with the intention to award multiple firm-fixed price contracts for a base period of four years, starting November 1, 2026, and potentially extending for an additional five years. Interested parties must submit their responses by December 26, 2025, to the designated contacts, Joel McKinney and Gordon Braxton, via email, and are encouraged to register in the System for Award Management (SAM) and Wide Area Workflow (WAWF) prior to submission.
    GOCO Alongside Aircraft Refueling Services NAS Whiting Field
    Dept Of Defense
    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.