Direct Supply of Natural Gas US West Region - SPE604-25-R-0401
ID: SPE604-25-R-0401Type: Solicitation
Overview

Buyer

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

NAICS

Natural Gas Extraction (211130)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Area of Supply Interest and Technical Compliance Solicitation (SPE604-25-R-0401) concerning the supply of gas to various government properties across multiple states. It serves as a request for proposals (RFP) for suppliers wishing to provide gas services to specified locations, detailing requirements for participation, including certification to operate on respective Local Distribution Companies (LDCs) or pipelines. Each line item pertains to specific military bases or government facilities, with offerings structured as standalone price submissions for winter and summer seasons. The solicitation is organized into Tied Groups, indicating that all items within each group must be bid by a single supplier to be considered for award. This document aims to ensure that qualified vendors can verify their technical experience and capability to supply services reliably, emphasizing compliance with federal procurement regulations. Overall, it seeks to streamline the procurement process while ensuring resource availability for critical government operations.
    The document titled SPE604-25-R-0401 outlines the requirements for offerors to provide a detailed account of their past performance relevant to the solicitation. It emphasizes the need for submissions related to contracts held within the past three years, including ongoing contracts. The offerors are instructed to fill in a table with specific information, such as company name, contract number, points of contact with their telephone and fax numbers, total quantities related to the contract, the period of performance, and contact email addresses. The goal is to assess offerors’ experience with similar requirements, which is critical for the source selection process as specified by federal regulations. This structured request for past performance information enables the government to evaluate the capabilities and reliability of potential contractors, ensuring that they possess the requisite experience to meet the obligations of the solicitation.
    The document is inaccessible, displaying a message indicating that the content cannot be displayed due to format issues. Therefore, a detailed summary or analysis of its main topic, key ideas, and supporting details cannot be constructed. It appears to involve governmental requests for proposals (RFPs) or grants, but without the actual content, it is impossible to determine specific information or insights pertaining to federal or state/local initiatives. Until the document can be properly reviewed, a comprehensive summary cannot be generated.
    The document outlines a solicitation schedule for federal contracts detailing the procurement of natural gas for various military and government installations across multiple states, including key specifications such as expected volumes, pricing factors, and delivery parameters. It identifies standalone and tied groups of line items, where suppliers must provide pricing for all items within a tied group to be eligible for awards. Each line item includes essential details like customer name, state, local distribution company (LDC), estimated annual usage, and contract specifics, including summer and winter adjustment factors. The request covers a delivery timeline from October 1, 2025, to September 30, 2027, with pricing based on established gas market indices, ensuring that contractors consider fuel loss and adhere to invoicing and billing processes required by various LDCs. The purpose of this solicitation is to secure reliable energy supplies while allowing competitive pricing for government operations, reflecting the strategic and logistical needs of federal installations.
    The document outlines the representations, certifications, and statements required from offerors responding to the DLA Energy Natural Gas procurement solicitation (SPE604-25-R-0401). It includes essential FAR clauses addressing price determination, lobbying disclosures, telecommunications regulations, and responsibility matters, ensuring compliance with federal guidelines. Key topics include the independence of pricing, prohibitions against lobbying with federal funds, ownership disclosures, telecommunications equipment stipulations, and responsibility certifications regarding tax liabilities and felonies. The document emphasizes that all submitted information must accurately reflect the offeror's qualifications and adherence to integrity standards. The purpose is to establish transparency and fairness in the procurement process while safeguarding the government's interests. This structure aligns with the broader context of federal RFPs and grants, highlighting the importance of accountability and ethical practices in securing government contracts.
    This document details a Request for Proposal (RFP) issued by the Defense Logistics Agency (DLA) Energy for the supply and delivery of natural gas to Department of Defense and federal civilian installations in the West Region of the United States. Offerors must submit proposals by March 20, 2025, and can participate as small businesses or under various socio-economic set-asides (HUBZone, Women-Owned, 8(a), Service-Disabled Veteran-Owned). The RFP provides instructions for proposal submissions, evaluation criteria, contract award methods, and specifics about gas delivery options, including firm and interruptible deliveries. It emphasizes the importance of compliance with applicable FAR clauses and requirements for documenting small business commitments. Key contractual terms include pricing structures tied to market fluctuations, invoicing procedures, responsibilities for managing gas supply, and penalties for breaches of contract. Sectioned into specific guidelines, the document ensures that awarded contractors meet government standards while offering competitive prices. Overall, the RFP underscores DLA Energy's strategic initiative to procure natural gas efficiently while supporting small and disadvantaged businesses in federal contracting.
    Similar Opportunities
    Direct Supply Natural Gas-Central Region
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking suppliers for direct supply of natural gas in the Central Region, specifically for operations at Fort Belvoir, Virginia. The procurement aims to secure a reliable source of natural gas, classified under the NAICS code 211130, which is essential for various military and logistical operations. This opportunity underscores the importance of maintaining energy supply chains critical to defense readiness and operational efficiency. Interested vendors can reach out to Damion Biagas at Damion.Biagas@DLA.mil or by phone at 571-459-8978, or contact Jeremy Vatter at jeremy.vatter@dla.mil or 571-585-6390 for further details.
    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.
    SEE AMENDMENT 1 Australia PC&S Solicitation
    Buyer not available
    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.
    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.
    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.
    MISO 2025 - Electricity - A0001
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the supply and transmission of electricity for various federal installations in Illinois as part of the MISO 2025 initiative. The procurement aims to secure retail electricity and ancillary services from May 2025 to May 2027, with a focus on meeting the significant energy requirements of military operations. Interested offerors must adhere to comprehensive proposal requirements, including documentation of technical capabilities, past performance, and small business participation plans, with submissions due by the specified deadlines. For further inquiries, potential bidders can contact Jacob Sigler at Jacob.Sigler@dla.mil or Minna Pham at minna.pham@dla.mil.
    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.
    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).
    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.
    Rocky Mountain /West Coast / Offshore Program
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is soliciting offers for the Rocky Mountain / West Coast / Offshore Program, focusing on the supply of various bulk petroleum products, including naval distillate (F76) and aviation turbine fuels (JA1, JAA), to military installations. This procurement is open to unrestricted competition with a partial small business set-aside, emphasizing the importance of compliance with federal regulations and quality assurance provisions throughout the bidding process. The successful contractor will be responsible for ensuring timely delivery and adherence to specific delivery conditions, with submissions required via the Bulk Offer Entry Tool (OET). Interested parties can contact Donnie Conner II at Donnie.Conner@dla.mil or 571-992-3642 for further details, with the solicitation available for review in the associated documents.