Direct Supply Natural Gas to Various DoD and Federal Civilian Installation Throughout the West Region of the United States
ID: SPE604-25-R-0401Type: Presolicitation
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 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 located in the West Region of the United States, specifically covering Arizona, California, Nevada, New Mexico, Utah, and Washington. The procurement aims to secure an estimated quantity of 28,897,339 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 federal operations, reflecting the government's commitment to efficient energy management. Interested offerors must submit their proposals by 4:00 p.m. EDT on March 24, 2025, and can direct inquiries 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.
    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 the solicitation schedule for various government installations requesting natural gas supply contracts, specifically detailing line items for each facility, estimated volumes, and applicable adjustment factors for summer and winter. It is structured in groups, where each group of line items must be awarded to a single supplier, encouraging comprehensive pricing bids for all items within each group. Key installations include military bases and government facilities across several states, such as Hill AFB in Utah and Cannon AFB in New Mexico. Each line item specifies the associated local distribution company, estimated contract volume in Dths (dekatherms), and seasonal adjustments. The purpose of this request for proposal (RFP) is to secure reliable natural gas supplies for federal entities with precise terms for billing, transportation, and fuel loss management. The document emphasizes the requirement for bids to include provisions for consolidated billing, adherence to publication methodologies, as well as treatment for overage and shortage volumes. This reflects a structured approach towards sourcing energy needs while maintaining regulatory compliance and ensuring equitable access to government procurement opportunities.
    The solicitation document SPE604-25-R-0401(Amendment 0003) outlines a Request for Proposals (RFP) for natural gas supply contracts across various military and government installations, detailing estimated volumes, pricing factors, and associated local distribution companies (LDCs) for each line item. It categorizes projects into tied groups, requiring bidders to submit proposals for all items within a group to be eligible for award. Each section includes specific customer details, contract volume estimates, summer and winter adjustments, and pricing methodologies using gas daily price guides from various sources. The RFP emphasizes consolidated billing, documentation standards, and requirements for obtaining a natural gas supply from designated points, ensuring that the bidding process is transparent and competitive. It highlights the importance of complying with Federal Acquisition Regulations (FAR) and the conditions under which the contracts can be reassigned or changed. The detailed structure serves a dual purpose of guiding potential suppliers on the bidding process while ensuring government accountability in energy procurement, illustrating a thorough planning strategy for efficiently managing energy consumption across federal facilities.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    The document is an amendment to a solicitation regarding a federal contract identified by the code SPE60425R0401. Issued by DLA Energy, the amendment revises estimated monthly quantities for various line items related to energy supply contracts, specifically for several military facilities. Significant changes include an increase in estimated quantities for the Navy Public Works Center in San Diego from 1,303,460 to 1,862,860 Dths, and a reduction for the DLA-DDJC San Joaquin-Tracy Facility from 98,140 to 77,570 Dths. Other line items also reflect adjusted quantities based on recent reviews, impacting overall estimated totals for the solicitation — decreasing from 29,181,316 to 28,897,339 Dths. All changes are documented in highlighted sections to ensure clarity. The amendment requires acknowledgment from contractors to maintain the integrity and timely processing of offers. Overall, the amendment seeks to rectify previously stated estimates while ensuring the continued enforcement of all contract terms.
    This document is an amendment to a federal solicitation or contract, identified by Contract ID Code 0004 and Modification No. 0004. The amendment includes changes to pricing for specific line items related to the Supply Index Price (SIP) at two military facilities: White Sands Missile Range and Hollman Air Force Base. The SIP for both locations has been revised from El Paso Permian to El Paso San Juan. Additionally, the amendment details the necessary steps for contractors to acknowledge receipt of the amendment to ensure their offers remain valid, emphasizing the importance of meeting submission deadlines. All other terms and conditions of the original document remain unchanged. This summary highlights the administrative and pricing adjustments undertaken as part of the government procurement process, which ensures compliance with federal regulations and reflects necessary changes based on market conditions or requirements.
    The document pertains to an amendment of a solicitation and modification of a contract under the jurisdiction of DLA Energy. The key purpose is to revise specific clauses in the Request for Proposal (RFP) for better alignment with contracting practices. Notable changes include the removal of the "Administrative Cost of Termination for Cause" clause and the "Extension Provision," which streamline contract management and clarify termination conditions. Additionally, the incorporation of FAR 52.217-9 allows the Government to extend contract terms by giving a written notice 45 days before expiration, with a maximum duration of 2 years and 6 months including options. Moreover, it states that the Government can extend the contract for an additional six months without changing terms. Remaining terms and conditions of the contract are reaffirmed as unchanged and fully enforceable. This amendment aims to ensure clear contractual terms and flexibility for both the Government and the contractor.
    Similar Opportunities
    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.
    3.22 COG 2 Northeastern United States
    Dept Of Defense
    The Department of Defense, through 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. This procurement involves a Fixed-Priced, Requirements contract for various fuel products across Connecticut, Massachusetts, Maine, New Hampshire, and New Jersey, with a performance period from April 1, 2026, to March 31, 2029. The solicitation emphasizes the importance of submitting complete proposals, as incomplete submissions will be deemed unacceptable, and awards will be made based on the lowest total price per aggregate group. Interested vendors must submit their offers via the Offer Entry Tool (OET) 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.
    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.
    1.8A ITALY SOLICITATION 2025
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for a Fixed-Priced, Requirements contract to procure automotive gasoline, diesel fuel, and fuel oils for military operations in Italy, with a performance period from April 1, 2026, to December 31, 2028. This procurement is critical for ensuring the operational readiness of U.S. Army, Air Force, Navy, and Department of Defense installations in the region, as it supports essential fuel supply needs for various military activities. Interested vendors must submit their proposals by November 14, 2025, at 3:00 PM EST, and are encouraged to review the amendments issued, including the latest extension of the deadline and specific vendor requirements related to tax exemptions and documentation. For further inquiries, vendors can contact the primary solicitation office at 1.8AItaly2025Solicitation@dla.mil or reach out to Kayla Polonia at 571-447-7662.
    Naval Station Guantanamo Bay Cuba Liquefied Natural Gas
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southeast (NAVFAC SE), is soliciting proposals for the delivery of Liquefied Natural Gas (LNG) to Naval Station Guantanamo Bay (NSGB), Cuba. This procurement involves a firm-fixed price, indefinite delivery indefinite quantity (IDIQ) contract for an estimated total of 4,053,860 MMBtu of LNG over a five-year period, from April 2026 to April 2031, with deliveries scheduled every 14-21 days to maintain a 14-day reserve for the natural gas-powered combined cycle power plant. The contract includes specific requirements for LNG composition, vessel specifications, and compliance with federal regulations, emphasizing the use of U.S.-flagged vessels for transportation. Proposals are due by December 30, 2025, and interested parties can contact Antonio Borges Rosario at antonio.l.borgesrosario.civ@us.navy.mil or Ryan Bell at ryan.d.bell16.civ@us.navy.mil for further information.
    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.
    SOLICITATION: SPE605-25-R-0220 (HAWAII, POSTS, CAMPS & STATIONS (PC&S) PP 3.10)
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for various fuel products, including distillates and residuals, to support Department of Defense and federal civilian agencies in Hawaii through Solicitation SPE605-25-R-0220. The procurement encompasses an ordering period from July 1, 2026, to June 30, 2029, with deliveries extending until July 31, 2029, and is structured as a fixed-price requirements contract with economic price adjustments. This opportunity is particularly significant as it includes a partial small business set-aside, allowing for competitive participation from smaller firms, and requires all proposals to be submitted via the DLA Energy PC&S Offer Entry Tool (OET) by December 23, 2025, at 8:00 AM EST. Interested parties can reach out to Hannah Savine at hannah.r.savine@dla.mil or Kimberly Binns at kimberly.binns@dla.mil for further information.
    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.
    Western Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    Fuel Requirement - Erbil Diplomatic Support Center- Erbil, Iraq
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the delivery of gasoline (Midgrade Unleaded) and diesel fuel to the Erbil Diplomatic Support Center in Erbil, Iraq. The procurement aims to secure a reliable supply of fuel essential for the operations at the center, with a focus on compliance with specific quality and delivery standards. Offerors, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by January 7, 2026, at 9:00 AM EST, and are required to meet various documentation and registration criteria, including registration in SAM.gov and the Joint Contingency Contracting System (JCCS). For further inquiries, interested parties can contact Suttom Beshir or Orlando Rodriguez via their provided emails.