The purpose of this solicitation is to establish a fuel oil quality management program and to test marine fuel oils and bunkers.
ID: 693JF725R000007Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFMARITIME ADMINISTRATION693JF7 DOT MARITIME ADMINISTRATIONWASHINGTON, DC, 20590, USA

NAICS

Testing Laboratories and Services (541380)

PSC

EQUIPMENT AND MATERIALS TESTING- FUELS, LUBRICANTS, OILS, AND WAXES (H291)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Transportation's Maritime Administration (MARAD) is soliciting proposals for a Fuel Oil Quality Management Program aimed at testing marine fuel oils and bunkers. The contract will support the National Defense Reserve Fleet (NDRF) by providing essential laboratory services for fuel oil quality management, which is critical for the rapid deployment of military personnel and equipment. Contractors must possess ISO/IEC 17025 accredited laboratories capable of conducting a variety of fuel tests to ISO 8217/2024 standards, with a focus on timely reporting and comprehensive training for government personnel. Proposals are due by November 21, 2025, at 4:00 PM EST, and interested parties should direct inquiries to Lisa Miles at lisa.miles@dot.gov or Denise C Clarke at denise.clarke@dot.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 0001 to Solicitation 693JF725R000007 revises the proposal submission deadline from November 14, 2025, to November 21, 2025, at 4:00 P.M. EST. It also incorporates additional Questions and Answers issued on October 31, 2025. Offerors must acknowledge receipt of all amendments by signing and returning them via email to Lisa Miles (Lisa.Miles@dot.gov) with their proposal submissions. All other terms and conditions of the original solicitation remain unchanged. This amendment ensures offerors have updated information and sufficient time to submit their proposals for the US DOT Maritime Administration.
    The document addresses questions and answers for Solicitation 693JF725R000007, which aims to establish a Fuel Oil Quality Management Program and test marine fuel oils. The first question confirms the receipt of a due date extension request on October 30, 2025, referencing Question and Answer No. 11 and Amendment 0001, both posted on October 31, 2025. The second question clarifies the process for Past Performance submissions, specifically regarding Contractor Performance Assessment Reports (CPARs). It states that CPARS automatically generates an email notification to the company's Contractor Representative upon completion of the government's past performance evaluation. If no such email is received, the evaluation has not been finalized by the Assessing Official. In such cases, the Contractor Representative should contact the cognizant Contracting Officer.
    This document, "QUESTIONS AND ANSWERS Issued on Oct 31, 2025 for Solicitation 693JF725R000007," details a federal RFP from MARAD for a Fuel Oil Quality Management Program and Marine Fuel Oil Testing. Key points include that the RFP is not restricted to small businesses based on global revenue, and FAR Clause 52.219-14 (Limitations on Subcontracting) is applicable. MARAD will not predict exact sample volumes, as they depend on ship operational tempo. Required testing includes Distillate Marine Fuels, Residual Marine Fuel, Marine Bio Fuels, and ultra-low Sulfur fuel, but excludes LNG, Methane, or Ammonia. Contractors must also be capable of forensic analysis, with pricing for these services required in the initial proposal. Training for government personnel on sampling procedures will occur a minimum of four sessions biannually for 10-20 people, with the contractor providing all materials. Contract extensions are possible up to a total of five years per FAR Clause 52.217-9. Reporting requires a web-based site for results and email notifications to vessels, with no specified format. Performance will be evaluated on the timeliness of supplies and test results, invoice accuracy, and completeness of training. Proposals must be emailed to Lisa.Miles@DOT.gov by November 21, 2025, 4:00 pm EST, as extended by Amendment 001.
    This document, "QUESTIONS AND ANSWERS Issued on Oct 24, 2025 for Solicitation 693JF725R000007," addresses clarifications regarding a Fuel Oil Quality Management Program and the testing of marine fuel oils and bunkers. Key points include the inability to predict the exact number of fuel samples annually or provide a list of main bunkering ports due to the ship's rapid worldwide deployment and varying lay berths. All attachments for fuel, lube, oil, and wax types are located on the last four pages of the solicitation. Importantly, all testing must be conducted at a contractor-owned laboratory; using a partnering or third-party lab is explicitly prohibited, as outlined in Section C-Descriptions and Specifications.
    This government Request for Proposal (RFP) from the U.S. Department of Transportation Maritime Administration (MARAD) seeks a contractor to establish and manage a marine fuel oil quality management program. The program supports the National Defense Reserve Fleet (NDRF) by providing laboratory services for testing marine fuel oils and bunkers. The contract has a one-year base period and four one-year option periods, set aside for Total Small Businesses with a NAICS code of 541380 and a size standard of $19 million. Key requirements include comprehensive fuel oil analysis, forensic testing, cylinder oil drain analysis, provision of sampling kits, bunker surveys, and marine fuel management training. The contractor must have ISO/IEC 17025 accredited laboratories in the United States and international facilities, capable of testing various marine fuels to ISO 8217/2024 standards, with rapid turnaround times for results. Proposals will be evaluated based on technical capability, past performance, management and staffing, and price, with non-price factors being significantly more important than price.
    Similar Opportunities
    RFP 693JF726R000002
    Buyer not available
    The Department of Transportation, through the Maritime Administration (MARAD), is soliciting proposals for RFP 693JF726R000002, aimed at providing career services and workforce development support for the U.S. Merchant Marine Academy (USMMA) and State Maritime Academies (SMAs). The contract, which is a 100% Total Small Business Set-Aside, encompasses a base year from April 1, 2026, to March 31, 2027, with four additional one-year options, focusing on individualized career counseling, job placement assistance, and workforce assessments to enhance the maritime workforce. This initiative is critical for maintaining a qualified maritime workforce and includes optional outreach to K-12 students to promote maritime education. Proposals are due by December 22, 2025, and interested parties should direct inquiries to Durba Ray at durba.ray@dot.gov, with all submissions and past performance questionnaires required to be emailed by the specified deadlines.
    Sources Sought Notice- Layberthing Services for Long-Term Safe Layberth for Ro/Ro Cape H Vessels
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is conducting a Sources Sought Notice to identify potential providers for Layberthing Services for three Roll-on/Roll-off (Ro/Ro) vessels: MV Cape Henry, MV Cape Horn, and MV Cape Hudson, located on the U.S. West Coast. The requirement includes continuous, secure, and safe exclusive-use lay berthing, along with pier-side maintenance, utilities, and adherence to environmental compliance, ideally situated near support infrastructure. This opportunity is crucial for ensuring the operational readiness and maintenance of these vessels, which play a significant role in maritime logistics. Interested parties must submit capability statements by December 17, 2025, at 4:30 PM EST to Lisa Miles at lisa.miles@dot.gov, detailing their qualifications and experience, as this notice is part of MARAD's market research and does not constitute a solicitation for proposals or bids.
    East Coast Tanker Time Charter (Extended Term)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is seeking information for a Tanker Time Charter (Extended Term) as part of a Sources Sought notice. The procurement aims to evaluate options for an existing charter contract, specifically for one clean, U.S. flagged, Jones Act compliant, double hull tanker to transport clean petroleum for the Defense Logistics Agency (DLA) worldwide. Key requirements include a one-year base period with an eleven-month option, delivery in the Gulf of Mexico by January 9, 2026, and specific vessel characteristics such as a minimum capacity of 310,000 BBLs for various jet fuels and an age limit of less than twenty years. Interested parties must submit their company and vessel information, including daily rates, by December 11, 2025, and can contact Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil for further details.
    Tanker Voyage Charter
    Buyer not available
    The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a firm-fixed-price contract to charter a clean, approved double-hull tanker capable of transporting a minimum of 240,000 barrels of JA1 fuel. The vessel must meet specific requirements, including an Inert Gas System (IGS), Segregated Ballast Tanks (SBT), and adhere to defined dimensions, with a maximum length overall of 200 meters and a deadweight tonnage of 50,000 MT. This procurement is critical for ensuring the safe and efficient transportation of fuel along the route from Onsan, Korea, to Mesaieed, Qatar, and Sitra, Bahrain, with laydays scheduled for January 7-8, 2026. Interested parties should submit their proposals and detailed vessel information to the primary contact, Brandon Page, at brandon.a.page.civ@us.navy.mil, or reach out to the secondary contact, Eric Hatcher, at ERIC.N.HATCHER2.CIV@US.NAVY.MIL, for further inquiries.
    J091--Fuel Quality Maintenance/Resupply Services Ann Arbor VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Fuel Quality Maintenance and Resupply Services at the Ann Arbor VA Healthcare System in Michigan. The procurement includes a base year and four option years, focusing on services such as tank jet cleaning, fuel polishing, semi-annual water remediation, annual fuel stabilization, and fuel quality testing, with a requirement to resupply approximately 45,000-47,000 gallons of No. 2 diesel fuel across six storage tanks. These services are critical for maintaining fuel quality and compliance with industry standards, ensuring the operational efficiency of the healthcare system's fuel supply. Interested contractors should direct inquiries to Contract Specialist Cierra S. Joshua at Cierra.Joshua@va.gov, with the solicitation expected to be posted soon and the contract awarded based on proposals that meet the outlined requirements.
    Lay Berthing Services for Long-Term Safe Lay Berth for Ro/Ro CAPE R Vessels
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is seeking capable sources for lay berthing services for two Ro/Ro CAPE R vessels, specifically the MV CAPE RISE and MV CAPE RACE, on the U.S. East Coast. The procurement aims to establish exclusive-use, long-term safe lay berth capabilities that include secure berthing, continuous access, and pier-side maintenance support, while ensuring compliance with environmental regulations. This requirement is critical for maintaining the readiness of MARAD's Ready Reserve Force vessels, which are essential for rapid Department of Defense (DoD) sealift missions. Interested parties must submit capability statements by December 15, 2025, to Henry H. Puppe at henry.puppe@dot.gov, with the potential for a small business set-aside based on responses received.
    USNS MEGAR EVERS 2026 MTA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the USNS MEGAR EVERS 2026 Maintenance and Technical Assistance (MTA) contract. This opportunity involves various amendments to the original solicitation, including the addition and revision of work instructions, correction of contract line item numbers, and updates to the period of performance, which has been adjusted to span from August 19, 2026, to October 7, 2026. The contract is critical for ensuring the operational readiness and maintenance of naval vessels, particularly in the shipbuilding and repairing sector. Interested parties should note that the request for comments (RFC) is due by 10:00 AM EST on February 16, 2026, with the request for proposals (RFP) closing at 1:00 PM EST on March 5, 2026. For further inquiries, potential bidders can contact Darius Swift at darius.swift.civ@us.navy.mil or by phone at 564-226-4528.
    FUEL STORAGE TANK
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting offers for the procurement of a fuel storage tank, as outlined in Solicitation Number N4215826QE006. This opportunity is aimed at manufacturers within the Metal Tank (Heavy Gauge) Manufacturing industry, specifically for the provision of lubrication and fuel dispensing equipment. The successful contractor will be responsible for delivering the specified tank to Portsmouth, Virginia, which is critical for supporting naval operations. Interested vendors must submit their quotations via email to Michelle Augustus by December 10, 2025, at 12:00 PM, and are encouraged to review the attached solicitation documents for detailed requirements and compliance instructions.
    LTC RFP N0038326R0016
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and renewal of aircraft fuel tanks under solicitation number N0038326R0016. The procurement involves detailed requirements for configuration management, engineering changes, and adherence to military and commercial standards for preservation, packaging, and marking of the fuel tanks. These components are critical for maintaining the operational readiness of military aircraft, ensuring safety and efficiency in fuel management. Interested parties should note that the response deadline has been extended to December 17, 2025, and can contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER11.CIV@US.NAVY.MIL for further information.
    Broad Agency Announcement for Qualified Vessel Operators to act as General Agent for Vessels Owned, Controlled or Time-Chartered by the Maritime Administration
    Buyer not available
    Special Notice: Transportation, Department of, Maritime Administration is seeking feedback on a draft application and agreement terms and conditions for becoming a General Agent. This opportunity is open to interested parties eligible to be awarded a General Agency Agreement as an agent of the United States of America. The purpose of this notice is to gather comments and feedback on the draft application and agreement terms and conditions. The General Agent will act on behalf of the Director, National Shipping Authority (NSA) of the Maritime Administration (MARAD), Department of Transportation. The draft application specifies that agent appointments will be restricted to U.S. citizens who are operators of vessels meeting specific criteria. Dry cargo vessels must have a length along the waterline (LWL) of 450 feet or greater and a cargo capacity of 7500 Dead Weight Tons (DWT) or greater. Tankers must have a cargo capacity of 25,000 DWT or greater. Interested vendors are invited to provide feedback/comments on the draft application and agreement terms and conditions by February 28, 2020, at 10:00 AM Eastern. The feedback/comments should be submitted via email to the Contracting Officer, Tina Gillespie-Lucas, at tina.gillespielucas@dot.gov. Please note that this draft is not a solicitation for government services and no awards will be made based on this draft. Interested vendors are advised to thoroughly read the draft and submit their comments by the designated date and time. Responses to feedback/comments are expected to be posted on beta.SAM.gov after the closure of this draft announcement.