ContractSolicitation

Contractor-Owned, Contractor-Operated (COCO) Fuel Storage Services in the Port of Anchorage, Alaska

DEPT OF DEFENSE SPE603-26-R-0505
Response Deadline
Jan 5, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

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 availability and management of aviation fuel for military operations, with a firm fixed-price contract anticipated to be awarded for a four-year base period from February 21, 2026, to February 20, 2030, and a five-year option thereafter. Interested parties should direct inquiries to David Donald at david.donald@dla.mil or Careka Squire at careka.squire@dla.mil, and must acknowledge receipt of amendments to ensure their proposals are valid.

Classification Codes

NAICS Code
493190
Other Warehousing and Storage
PSC Code
M1NA
OPERATION OF FUEL SUPPLY FACILITIES

Solicitation Documents

9 Files
Attachment V - Past Performance Questionnaire (PPQ).pdf
PDF591 KBMar 17, 2026
AI Summary
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.
Attachment IV - Consent Form .pdf
PDF1541 KBMar 17, 2026
AI Summary
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.
Attachment III - QAPS-.pdf
PDF1116 KBMar 17, 2026
AI Summary
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.
Amendment 0002.pdf
PDF344 KBMar 17, 2026
AI Summary
Amendment 0002 to solicitation SPE603-26-R-0505, issued by DLA Energy, modifies the effective date for Amendment 0001 to March 11, 2026. This change was necessitated by a computer system issue that prevented Amendment 0001 from being posted to SAM.gov on its original date of March 10, 2026. Amendment 0001 itself addressed questions received, issued Wage Determination 2015-5681, and revised the period of performance for the solicitation. Offerors are required to acknowledge receipt of this amendment to ensure their offers are considered valid.
AMD 0001.pdf
PDF563 KBMar 17, 2026
AI Summary
Amendment 0001 to solicitation SPE603-26-R-0505 addresses questions from offerors and revises the period of performance for bulk petroleum services. Key clarifications include where to submit exceptions to terms, express warranties, solicitation amendments, and offeror declarations of partnerships within the proposal volumes. The amendment also incorporates the U.S. Department of Labor Wage Determination Number 2015-5681, Revision 25. Additionally, the period of performance is revised to a four-year base from May 21, 2026, to May 20, 2030, a five-year option from May 21, 2030, to May 20, 2035, and an option to extend for six months from May 21, 2035, to November 20, 2035. The amendment also briefly addresses the classification of Confidential Unclassified Information (CUI) within the Department of Defense.
SPE60325R0505 - RFP.pdf
PDF1646 KBMar 17, 2026
AI Summary
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.
Attachment VI - Past Performane Reference List (PPRL).pdf
PDF1312 KBMar 17, 2026
AI Summary
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.
Attachment II - Price Proposal Form (PPF).pdf
PDF263 KBMar 17, 2026
AI Summary
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.
Attachment I - Performance Work Statement (PWS).pdf
PDF443 KBMar 17, 2026
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 2, 2025
amendedAmendment #1· Description UpdatedMar 11, 2026
amendedLatest Amendment· Description UpdatedMar 17, 2026
deadlineResponse DeadlineJan 5, 2026
expiryArchive DateJan 20, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA ENERGY

Point of Contact

Name
David Donald

Place of Performance

Anchorage, Alaska, UNITED STATES

Official Sources