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
  1. 1
    Posted Feb 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 21, 2025, 12:00 AM UTC
  3. 3
    Due Mar 20, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the direct supply of natural gas to various DoD and federal civilian installations in the West Region, which includes Arizona, California, Nevada, New Mexico, Utah, and Washington. The procurement aims to secure an estimated quantity of 29,181,316 dekatherms (dths) of natural gas over a 24-month delivery period starting October 1, 2025, with contracts awarded on a fixed-price basis with economic price adjustments. This initiative is crucial for ensuring reliable energy supplies to support military and government operations, reflecting the strategic importance of energy procurement in federal logistics. Interested offerors must submit their proposals by 4:00 p.m. EDT on March 20, 2025, with inquiries directed to Johnny McDonald Jr. at johnny.mcdonald@dla.mil or Joy Massey at joy.massey@dla.mil.

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.
Mar 21, 2025, 6:12 PM UTC
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.
Mar 21, 2025, 6:12 PM UTC
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.
Mar 21, 2025, 6:12 PM UTC
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.
Mar 21, 2025, 6:12 PM UTC
The DLA Energy document outlines various representations, certifications, and statements required from offerors for the federal procurement process related to natural gas supply. It emphasizes the necessity for offerors to certify independent pricing determination, disclose any lobbying activities, and confirm compliance with federal laws concerning the use of telecommunications equipment. The document specifies conditions under which federal contracts may be awarded, including certifications regarding delinquent taxes, criminal convictions, and labor practices. Key sections mandate that offerors represent their ownership structures and any affiliation with other entities, as well as ensure no federal funds have been improperly used to influence decisions related to contract acquisition. The overall purpose is to enforce transparency, integrity, and compliance in the procurement process, thus protecting the government’s interests and promoting fair competition among offerors. This document is integral to ensuring that all participating entities meet the rigorous standards required by federal law, facilitating a fair bidding process in government contracts.
Mar 21, 2025, 6:12 PM UTC
The document is a Q&A for the RFP SPE604-25-R-0401, primarily concerning natural gas supply contracts. Key topics include bidding processes for line items, the distinction between standalone and tied line items, and the flexibility for offerors regarding pricing and service coverage. Offerors can bid on standalone items without engaging in tied groups but must provide offers on all items in a tied group to be eligible for that award. Economic Price Adjustments and billing options are clarified, emphasizing the importance of understanding contract terms for successful bids. Additionally, the document addresses payment terms, fund availability for contracts, and specific operational provisions related to natural gas delivery management. It assures potential suppliers of occasional exceptions to bidding requirements to boost participation. The overall aim is to clarify various aspects of contract expectations and facilitate a transparent bidding process for interested suppliers.
Mar 21, 2025, 6:12 PM UTC
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.
Mar 21, 2025, 6:12 PM UTC
The document outlines the solicitation for natural gas supply services under the Defense Logistics Agency (DLA) Energy Direct Supply Natural Gas Program, specifically targeting installations in the West Region (Arizona, California, Nevada, New Mexico, Utah, and Washington). Proposals must be submitted by March 20, 2025, and are evaluated based on submitted criteria, including documentation of general and special responsibility requirements. The contract covers firm and interruptible delivery of natural gas, including detailed specifications on pricing (which is to cover all associated costs), delivery methods, and potential penalties for non-compliance. Key provisions show that pricing includes a supply index price and an adjustment factor, with parameters set for monthly orders and billing practices. The document emphasizes the importance of compliance with small business requirements and provides conditions for contract termination, modifications, and ability to extend the contract. Furthermore, it lays out duties for both the contractor and the government including the management of interruptions during supply, necessary local distribution arrangements, and procedures for invoice processing. This RFP serves to ensure efficient and compliant procurement of natural gas for federal operations while adhering to government regulations and supporting small businesses.
Mar 13, 2025, 7:06 PM UTC
The document outlines the RFP for supplying and delivering natural gas as part of the Defense Logistics Agency (DLA) Energy program in the West Division. Proposals are due by March 20, 2025, for the natural gas supply to Department of Defense (DoD) and federal civilian installations in specified states. The RFP details submission guidelines, including the requirement for fully compliant offers and specific evaluation criteria. Key aspects include pricing structures for various delivery types (firm and interruptible), responsibilities for natural gas management, and the handling of capacity curtailments. The contractor must provide necessary documentation to demonstrate compliance with evaluation factors and maintain operational responsibilities. It discusses potential changes in consumption and how these affect contractual obligations. Invoicing procedures and payment responsibilities are explicitly detailed, as well as clauses pertinent to compliance with federal statutes, small business requirements, and contract terminations. The document emphasizes the need for contractors to ensure that natural gas supplied aligns with all regulatory specifications and to adapt to market conditions as they arise. Overall, this RFP establishes a comprehensive framework for competitive bidding in the natural gas supply sector, reinforcing the government's focus on compliance, cost-effectiveness, and sustainability.
Mar 21, 2025, 6:12 PM UTC
The document outlines an amendment to a government Request for Proposals (RFP) related to natural gas, extending the closing date for submissions to March 24, 2025, at 3:00 p.m. Eastern Time. It provides detailed instructions to offerors about how to acknowledge receipt of amendments, revise prices, and submit necessary documentation depending on their previous participation in the solicitation. Offerors who initially submitted proposals are required to confirm their initial pricing or provide revised offers. Those who did not participate must submit an entirely new offer with all required elements. The document emphasizes that aside from these amendments, all other terms and conditions of the solicitation remain effective. This RFP is indicative of standard government procurement processes for acquiring services, focusing on compliance and structured submission protocols to ensure fair and transparent bidding. The meticulous detailing underscores the government’s effort to uphold integrity and diligence in handling proposals.
Similar Opportunities
DLA Energy - Bulk Petroleum Products Western Pacific/Middle East Program
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking proposals for the annual bulk petroleum purchase program for the Western Pacific and Middle East Regions, with a delivery period from January 1 to December 31, 2026. The procurement includes significant quantities of various fuels: 201,804,001 gallons of Naval Distillate (F76), 140,475,000 gallons of Turbine Fuel, Aviation (JP5), and 280,358,005 gallons of Turbine Fuel, Aviation (JA1), some of which require additives. This procurement is critical for supporting military operations and energy needs in these strategic regions, and it is important to note that there are no small business set-asides for this contract. Interested vendors must submit offers through the Offer Entry Tool on the SAM website, as hard copies will not be issued, and responses to the sources sought notice are due by April 10, 2025. For further inquiries, vendors can contact Grant Wulliman at Grant.Wulliman@dla.mil or Christopher W. Clement at christopher.clement@dla.mil.
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
Buyer not available
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 for the 2025 Purchase Program. This procurement aims to secure various types of fuels, including distillate fuel and turbine aviation fuels (JP5, JP8, and JA1), to support military operations across multiple locations within the AEM geographic area. The contract will cover a delivery period from July 1, 2025, to June 30, 2026, with a total estimated purchase of approximately 726 million gallons of fuel, emphasizing compliance with safety and quality standards. Interested vendors must submit their proposals electronically via the Bulk Offer Entry Tool (OET) by January 14, 2025, at 3 PM EST, and can direct inquiries to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.mil.
Propane Delivery for DLA Distribution Hill Utah (DDHU)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a Firm Fixed Price (FFP) Purchase Order for propane delivery to DLA Distribution Hill Utah (DDHU). The procurement aims to establish reliable propane supply services essential for fueling Material Handling Equipment in specific buildings at Hill Air Force Base, with an estimated annual usage of approximately 4,500 gallons and weekly deliveries required on Tuesdays. This contract, which spans from fiscal years 2025 to 2026, is critical for maintaining operational efficiency, as the base does not supply propane to its tenants, thus preventing potential work stoppages. Interested bidders should contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or call 717-770-4285 for further details, and must ensure registration in the System for Award Management (SAM) to participate in the bidding process.
SOLICITATION COG 6 (3.26), CAMPS & STATION
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking proposals for the procurement of various petroleum fuel products under solicitation SPE60523R0206, specifically aimed at supporting the Department of Defense and Federal Civilian Agencies. The procurement includes a total of 758 Contract Line Items (CLINs) for different fuel types, with a significant portion set aside for small businesses and Service-disabled Veteran-owned Small Businesses (SDVOSBs). This initiative is crucial for ensuring a reliable supply of fuel necessary for military and governmental operations, with a performance period extending from the date of award through May 31, 2028. Interested vendors must submit their proposals by May 1, 2023, and can direct inquiries to primary contact Danette Stewart at danette.stewart@dla.mil or 571-363-8808.
New York 2025
Buyer not available
The Defense Logistics Agency (DLA Energy) is preparing to issue a solicitation for the procurement of electricity and ancillary services for various Department of Defense installations and Federal Civilian agency facilities located in the New York Independent System Operator (NYISO) market area. The contract will cover a 24-month base period starting from December 2025 through December 2027, with an estimated total annual quantity of 204,464,350 kWh. This procurement is crucial for ensuring reliable energy supply to military and federal facilities, and the awarded contracts will be based on a Firm Fixed Price Requirements Type. Interested parties are encouraged to submit proposals and direct any inquiries to Jacob Sigler at jacob.sigler@dla.mil or Sydney Kincaid at sydney.kincaid@dla.mil, with the solicitation details to be released soon.
Natural Gas at Naval Air Facilities Atsugi
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of natural gas to the Main Boiler Plant at Naval Air Facility (NAF) Atsugi in Japan. The contractor will be responsible for ensuring a continuous supply of natural gas, 24 hours a day, seven days a week, via a dedicated gas pipeline, while adhering to Japanese regulations and coordinating with the Tokyo Gas Network for inspections. This contract is crucial for maintaining operational efficiency at the facility, with an estimated total consumption of 33,500,000 cubic meters over a five-year period from September 2025 to August 2030. Interested bidders must register in the System for Award Management (SAM) and comply with all relevant regulations, with a pre-proposal conference scheduled for April 10, 2025. For further inquiries, potential contractors can contact Naotsugu Kono at naotsugu.kono.jp@us.af.mil or Izumi Ito at izumi.ito.jp@us.af.mil.
COCO Fuel Operations at Luke AFB, AZ
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking information from potential contractors capable of providing Contractor-Owned, Contractor-Operated (COCO) fuel operations and maintenance services at Luke Air Force Base (AFB) in Arizona. The procurement aims to secure bulk and retail fuel services, including the management of fuel receipt, storage, handling, and dispensing to support military operations. This opportunity is crucial for ensuring the availability and quality of fuel products necessary for various military vehicles and equipment. Interested firms must submit their responses, including company profiles and capability statements, to Ms. Sadia Ayub at sadia.ayub@dla.mil by 4:00 PM local Fort Belvoir, VA time on April 16, 2025, referencing RFI number SPE603-25-R-5X21.
See Amendment 7; 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 petroleum fuel products for military installations in Japan under solicitation SPE605-24-R-0204. This opportunity involves a requirements-type contract for various fuel types, including burner fuel oils, kerosene, and gasoline, with a performance period extending from the date of award through June 30, 2029. The procurement is critical for ensuring a reliable fuel supply to support U.S. military operations in the region, with specific delivery requirements and pricing adjustments based on market conditions. Interested offerors must submit their proposals by April 7, 2025, and can contact Mary Katherine Richardson at MARY.K.RICHARDSON@DLA.MIL or Candy Cross at CANDY.CROSS@DLA.MIL for further information.
Creech AFB & Nevada Test and Training Range Propane IDIQ
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for a contract to provide propane delivery services at Creech Air Force Base (AFB) and the Nevada Test and Training Range (NTTR). The contractor will be responsible for delivering approximately 350,000 gallons of propane to Creech AFB and 11,500 gallons to NTTR, ensuring continuous operation of heating and hot water systems, with urgent delivery capabilities within 24 hours. This procurement is crucial for maintaining operational readiness and compliance with safety regulations, as it involves managing government-owned propane tanks and adhering to federal standards. Interested small businesses must submit their quotes by April 11, 2025, with questions due by March 21, 2025, and can contact TSgt Kaitlin C Hassman at kaitlin.hassman@us.af.mil for further information.
SPE603-25-R-0503 DFSP Norwalk and DFSP San Pedro Environmental Services
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for environmental services at the Defense Fuel Support Points (DFSP) in Norwalk and San Pedro, California. The procurement aims to secure two indefinite-delivery indefinite-quantity (IDIQ) firm fixed-price contracts for environmental remediation, compliance support, and facility maintenance, with a focus on addressing contamination issues, particularly related to per- and polyfluoroalkyl substances (PFAS). This initiative is critical for ensuring environmental safety and regulatory compliance at military facilities, with a contract period from July 1, 2025, to June 30, 2029, and an option for a six-month extension. Interested contractors must submit their proposals by April 3, 2025, and can direct inquiries to Rhoji Fernandez at Rhoji.Fernandez@DLA.mil or Mark A. Laskoski at mark.laskoski@dla.mil.