Fuels South Atlantic Division - Air Force Generation 2 (SAD-AF2) Amendment 0001
ID: W912DY26RA017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILREDSTONE ARSENAL, AL, 35898-0000, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF FUEL SUPPLY FACILITIES (Z1NA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Fuels South Atlantic Division - Air Force Generation 2 (SAD-AF2) project, as outlined in Amendment 0001. This procurement focuses on facilities support services related to the maintenance of fuel supply facilities, with the goal of ensuring operational readiness and efficiency. The amendment includes a revised solicitation and responses to industry questions, emphasizing the importance of thorough review by offerors. Proposals are now due by December 4, 2025, at 10:00 AM Central Time, and interested parties can reach out to Tamikah DuBose McWilliams at tamikah.mcwilliams@usace.army.mil or 256-895-1360 for further information.

    Files
    Title
    Posted
    This government file, "APPENDIX K1 - AIR FORCE REAL PROPERTY INVENTORY," provides a detailed listing of real property assets across various Air Force installations. The file is structured to identify each asset with a unique RPUID, Installation Code, Installation Name, RPSUID, and Site Code. Key installations listed include SI CAPE CANAVERAL, JB CHARLESTON (with multiple site codes like DKFX, DKGV, and DKSK), DOBBINS ARB, CHARLOTTE IAP, SAVANNAH HILTON HEAD IAP, MCENTIRE JOINT NATIONAL GU, SI MOODY, SI PATRICK, ROBINS AFB, and SEYMOUR JOHNSON AFB, and SHAW AFB. Each entry also includes a Site Name, Facility Number, and Asset Allocation Current Use CATCODE, indicating the specific use or classification of the property. The document serves as an inventory of Air Force real property, crucial for asset management, planning, and potentially for identifying properties relevant to future RFPs, grants, or development projects.
    This government file outlines detailed instructions for completing Service Order (SO) forms, specifically the FMSR Form (SO Validation) and the KO Form (SO Submission), which are crucial for federal government RFPs, federal grants, and state/local RFPs. The FMSR Form, initiated by the Facility Maintenance Service Representative, covers service order details, initiation, facility information, type, contract and task order numbers, funding, maintenance category, and priority. It also includes sections for FMSR validation and quality of work assessment. The KO Form, completed by the contractor, populates much of its information from the FMSR Form but adds contractor-specific details like submission date, long lead items, estimated work start, UFC reference, CUIDs, DUIDs, complexity, and safety information, including Task Order Safety Manager (TOSM) and Jobsite Safety and Health Officer (SHO) designations. The document emphasizes safety documentation, digital signatures, and a complexity matrix to guide required submissions. It also details pricing, including labor rates, material, subcontractor costs, and fees. The overall purpose is to standardize and streamline the service order process, ensuring all necessary information, safety protocols, and cost breakdowns are meticulously documented for government review and approval.
    The SAD-AF2 "FUEL PROGRAM PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE" Performance Work Statement outlines a comprehensive program for maintaining and repairing petroleum facilities and systems for the U.S. Government. Managed by the U.S. Army Engineering and Support Center, Huntsville, this program provides preventive maintenance (PM) and corrective maintenance (CM) services globally, adhering to UFC 3-460-03 criteria. The contractor is responsible for all labor, management, and resources to ensure compliance with federal and host nation regulations. Key aspects include developing Facility Maintenance Plans, utilizing a Computerized Maintenance Management System (CMMS), and adherence to strict safety and quality control measures. The contract details personnel qualifications, reporting requirements, schedules, and transition plans for base and option years, emphasizing continuous improvement and responsive service to maintain mission-critical fueling capabilities.
    The document outlines detailed instructions and forms for federal government Service Orders (SO), encompassing both the Facility Maintenance System Representative (FMSR) and Contractor (KO) perspectives. It provides block-by-block guidance for filling out SO validation and submission forms, covering essential information such as SO numbers, contractor details, facility data, initiation and submission dates, and environmental compliance (e.g., Notice of Violation, Natural Disaster). The forms also mandate details on funding, maintenance categories, priority levels, and comprehensive safety documentation, including Activity Hazard Analyses (AHAs) and safety manager endorsements. A complexity matrix guides contractors on required supporting documentation. The process culminates in the creation of a PDF portfolio for submission, ensuring all safety, technical, and pricing aspects are thoroughly documented and approved, emphasizing compliance with contract, OSHA, and regulatory requirements.
    This government file, "Technical Evaluation Form – SAD-AF2," outlines the comprehensive technical requirements for a contractor providing facility maintenance services for petroleum facilities and systems on government installations. It primarily focuses on ensuring compliance with all applicable codes, regulations, and safety standards. Key areas addressed include the contractor's commitment to meeting work requirements, providing preventative and corrective maintenance, implementing a robust Facility Maintenance Plan (FMP), and ensuring the availability of qualified personnel. The document also details requirements for staffing, safety programs, initial site visits, maintenance activities, and the execution and tracking of corrective maintenance through Service Orders. Offerors must provide detailed narratives, organizational charts, and specific responses to demonstrate their capability to perform the contract successfully, emphasizing safety, efficiency, and adherence to established protocols like UFC 3-460-03 and EM 385 1-1.
    The USACE Past Performance Questionnaire (Form PPQ-0) is a critical document used in federal government RFPs, grants, and state/local RFPs to evaluate a contractor's past performance. It requires both the contractor and client to provide detailed information about a completed project. The contractor fills out sections on company details, work performed (prime, sub, or joint venture), contract specifics (number, type, price, dates), and a project description, including its relevance to the current submission. The client then rates the contractor across key performance areas: Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, Safety/Security, and General. A defined rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with detailed definitions guides the client's evaluation. The client also provides narrative feedback on strengths, weaknesses, and any other relevant comments. This questionnaire aims to provide USACE with comprehensive insights into a contractor's capabilities and performance risk for future solicitations.
    This document outlines instructions for offerors responding to a federal government solicitation, focusing on proposal submission, format, and evaluation criteria. Key requirements include electronic submission via PIEE, adherence to specific file naming conventions, page limitations, and formatting standards (e.g., font, margins). Proposals must include administrative documents, representations and certifications, and any joint venture/mentor-protege agreements. Evaluation will be based on four factors: Technical and Management Approach (most important), Past Performance, Small Business Participation, and Price (least important). Offerors must achieve at least an “Acceptable” rating for Factors 1 and 3, and “Satisfactory Confidence” or “Neutral Confidence” for Factor 2, with price evaluated for fairness and reasonableness. The government intends to award without discussions but reserves the right to hold them.
    The Quality Assurance Surveillance Plan (QASP) for the FY25 POJ Fuels Recurring Maintenance and Minor Repair Program outlines systematic methods to monitor contractor performance in maintaining and repairing DLA capitalized fuel systems. This QASP, issued by the U. S. Army Engineering and Support Center, defines the responsibilities of the Quality Assurance (QA) Team, including various government roles like the Program Manager, Project Manager, Contracting Officer's Representative (COR), and Quality Assurance Representative (QAR). It details methodologies for monitoring performance, quality assurance documentation, and analyzing results. Key activities include reviewing safety programs, quality control plans, recurring maintenance reports, and minor repair service orders. The plan emphasizes timely reporting of performance results, deficiency tracking, and adherence to established performance objectives and assessment items, ensuring contractors meet cost, schedule, safety, quality control, and performance requirements.
    The document is a government solicitation for preventive and corrective maintenance services, outlining a detailed pricing structure across various Contract Line Item Numbers (CLINs) for a base year and multiple option periods, including a six-month extension. The services cover quarterly, semi-annual, and annual preventive maintenance, as well as corrective maintenance and other direct costs, for numerous Air Force sites. Key personnel totals and estimated hours are provided. The document emphasizes that pricing in the summary tab is automated from the CLIN Roll-Up tab, and offerors must complete green-highlighted fields. It also includes a comprehensive list of corrective maintenance tasks with no prices indicated. Instructions stress reviewing the Performance Work Statement (PWS) for a comprehensive understanding of requirements and that the presented pricing governs at award. The total estimated cost for CLIN X004, Corrective Maintenance, is $52,153,302.00, marked "ESTIMATED - FOR EVALUATION PURPOSES ONLY."
    The Small Business Participation Plan Template requires all offerors to detail their proposed small business involvement in federal acquisitions, whether as prime contractors or subcontractors. Offerors must identify their prime business size and applicable sub-categories (e.g., Small Disadvantaged, WOSB, HUB Zone, VOSB, SDVOSB). The plan mandates a breakdown of work percentages between large and small businesses, based on a total contract value of $1.5 billion, and further categorizes small business participation by specific sub-types. Additionally, offerors must list the principal supplies or services performed by these small businesses and describe their commitment to using small businesses. A separate Small Business Subcontracting Plan, consistent with the Participation Plan, is required for non-U.S. Small Business offerors under FAR 52.219-9.
    This Facility Maintenance Plan (Appendix K) outlines the maintenance requirements for fuel dispensing facilities at Cape Canaveral Air Force Station and other installations. The plan details the organizational structure, points of contact for various entities (Contractor, DLA, SCP, USACE), and a maintenance schedule (Appendix J) for multiple sites across Florida, Georgia, and North Carolina. It includes a comprehensive list of components and their maintenance frequencies for facilities such as Military Service Stations (FAC 44531), 10K Gallon Mogas Tanks (FAC 44528), 10K Gallon Diesel/Mogas Tanks (FAC 44529), 10K Diesel Tanks (FAC 44530), and 10K E-85 Tanks (FAC 44548). Each component is identified with a unique CUID, manufacturer, model, and serial number, alongside references to UFC sections and manufacturer O&M requirements. Special considerations for maintenance procedures, including verification of valve reseating and system lockout/tagout (LOTO), are also highlighted. The document serves as a guide for ensuring the operational integrity and safety of these critical fuel infrastructure assets.
    DD Form 1423, also known as the Contract Data Requirements List (CDRL), is a Department of Defense form used to list data items required from a contractor. The form details the data item number, title, authority, contract reference, requiring office, and submission requirements such as frequency, first, and subsequent submission dates. It also specifies distribution details, including addressees and the number of draft and final copies. The form includes instructions for both government personnel on how to complete the form and contractors on how to estimate prices for data items based on four groups (Group I: not essential to primary effort; Group II: essential but requires additional work; Group III: essential for internal use with minimal changes; Group IV: normal operating procedures with minimal effort). The document outlines specific data items for a petroleum maintenance and repair contract, including a Transition Plan, Contractor Personnel Identification, Organizational Chart, and E-Verify submissions, all linked to specific PWS paragraphs and specifications.
    DD Form 1423, "Contract Data Requirements List," is a crucial Department of Defense form used to specify data deliverables for government contracts. It outlines requirements for various data items, including technical data packages, technical manuals, and other categories. The form details elements such as data item number, title, authority, contract reference, requiring office, distribution, and submission frequency. It also provides instructions for both government personnel in preparing the form and contractors in estimating prices for data items based on four distinct groups of effort (Group I: data not essential to performance; Group II: essential data requiring additional work; Group III: internal-use data with minor changes; Group IV: data from normal operating procedures). The form aims to standardize the process of identifying, acquiring, and pricing data deliverables in government contracting, ensuring clear communication and compliance.
    DD Form 1423, the Contract Data Requirements List, is a crucial Department of Defense form used to specify data deliverables for contracts. It details requirements for items such as Emergency Service Orders, Out for Corrections, Three Week Look Ahead Schedules, and Monthly Exposure Reports, ensuring contractors provide necessary information in the correct format and frequency. The form outlines responsibilities for both government personnel in preparing and approving the list, and contractors in delivering the data. It also provides detailed instructions for classifying data items into price groups (Group I-IV) to estimate costs associated with data production and delivery, distinguishing between data essential to contract performance and data developed for internal use. This ensures clear communication and proper compensation for data-related efforts within federal contracts.
    The DD Form 1423, Contract Data Requirements List (CDRL), is a Department of Defense form used to specify data deliverables required from a contractor. It details the data items, their titles, acquisition authority, contract reference, requiring office, and submission requirements like frequency, dates, and distribution. The form also includes instructions for both government personnel in preparing the CDRL and for contractors in pricing the data items based on four groups: data not otherwise essential, essential data requiring additional work, data developed for internal use with minimal changes, and data supplied as part of normal operating procedures at no cost. The document also provides examples of data items such as Monthly Status Reports, Warranty Items, Preventive Maintenance Reports, and Preventive Maintenance Deficiency Lists, along with their associated PWS paragraphs and specifications.
    DD Form 1423, the Contract Data Requirements List, is a standardized Department of Defense form used for specifying data deliverables in government contracts. It details requirements for items such as technical data packages, technical manuals, and other categories of data. The form outlines information like data item number, title, authority, contract reference, requiring office, frequency of submission, distribution, and pricing. It includes instructions for both government personnel, who prepare and approve the form, and contractors, who use it to estimate prices for data items based on four distinct groups reflecting the effort required for data production and delivery. The form ensures clear communication of data requirements, facilitating proper planning and execution within federal government RFPs and contracts.
    DD FORM 1423, also known as the Contract Data Requirements List (CDRL), is a Department of Defense form used to list data items required from a contractor. The form details instructions for both government personnel and contractors on how to complete each section. For government personnel, it outlines how to specify contract line item numbers, data item titles, authority, contract references, requiring offices, distribution statements, frequency, and submission dates. For contractors, it provides guidance on pricing data items into four groups based on whether the data is essential to the contract's primary effort and the additional work required to conform to government requirements. The form also includes specific examples of data items like invoices for COR review, final invoices, OY invoicing, and QC Audit Site Visit, specifying their authority, contract reference, and requiring office. The purpose of the DD Form 1423 is to standardize and clearly define all data deliverables required under a government contract.
    DD Form 1423, also known as the Contract Data Requirements List (CDRL), is a Department of Defense form used to list data items required from a contractor. The form details the data item number, title, subtitle, authority, contract reference, requiring office, and submission requirements such as frequency, first, and subsequent submission dates. It also specifies distribution addressees and the number of copies (draft, final, regular, reproducible). Instructions are provided for both government personnel and contractors on how to complete the form, including definitions for various price groups (Group I, II, III, IV) that categorize the effort involved in producing the data items and their estimated prices. The form aims to standardize the reporting and acquisition of data within government contracts, ensuring clarity on data deliverables and associated costs, with examples provided for items like QC Audit Reports and Corrective Maintenance submissions for petroleum maintenance and repair.
    DD Form 1423, also known as the Contract Data Requirements List (CDRL), is a standardized Department of Defense form used to list data items required for delivery by a contractor under a government contract. The form details specific data requirements such as titles, subtitles, authority documents (like Data Item Descriptions), contract references, requiring offices, submission frequencies, and distribution instructions. It also includes sections for estimated pricing of data items, categorized into four groups based on their necessity and the effort required for their production and delivery. The instructions clarify how both government personnel complete the form and how contractors estimate prices for data, distinguishing between data essential for contract performance and data specifically required by the CDRL. The form aims to standardize the identification and acquisition of data from contractors in federal government solicitations.
    DD Form 1423, the Contract Data Requirements List, is a crucial Department of Defense form used for specifying data deliverables in government contracts. It outlines requirements for various data items, including technical data packages, technical manuals, and other categories, ensuring contractors provide necessary information in a standardized format. The form details elements such as data item number, title, authority, contract reference, requiring office, frequency of submission, and distribution. It also provides guidance for both government personnel in preparing the form and contractors in estimating prices for data items based on the effort required for their production and delivery. The document includes specific instructions and examples for completing each field, ensuring clarity and compliance in data acquisition for federal projects like petroleum maintenance and repair.
    DD Form 1423, the Contract Data Requirements List, is a crucial Department of Defense form (OMB No. 0704-0188) used for detailing data deliverables in government contracts. It outlines requirements for various data items, including technical data packages, technical manuals, and other categories. The form specifies details such as data item number, title, authority, contract reference, requiring office, frequency of submission, and distribution. It also includes instructions for both government personnel in preparing the form and contractors in estimating prices for data items based on effort groups (Group I: data not essential to primary effort; Group II: essential data requiring additional work; Group III: internal-use data with minor changes; Group IV: data supplied with minimal effort, often at no cost). The form highlights the importance of accurate data pricing, excluding costs for data rights. Recent entries on the form provide examples for
    The DD Form 1423, also known as the Contract Data Requirements List (CDRL), is a Department of Defense form used to list data items required from a contractor. This form details information such as the data item number, title, authority, contract reference, requiring office, frequency of submission, and distribution. It also includes instructions for both government personnel and contractors on how to complete the form, particularly regarding the pricing of data items based on their development effort (Groups I-IV). The document provides examples of data items like "Initial Site Visit Schedule," "Accident Prevention Plan," "Post Award Meeting," and "FMSR Kickoff meeting - Start," each with specific PWS paragraph references and submission requirements. The form ensures clear communication of data deliverables and their associated costs within government contracts.
    DD Form 1423, also known as the Contract Data Requirements List (CDRL), is a Department of Defense form used to list data items required for a contract. It outlines information such as the data item number, title, authority, contract reference, requiring office, frequency of submission, and distribution. The form includes specific instructions for both government personnel in preparing the CDRL and contractors in estimating data item prices across four groups (Group I: not otherwise essential; Group II: essential but requires additional work; Group III: internal use with minor changes; Group IV: minimal effort). The file provides examples of data items like "Initial Preventive Maintenance Schedule" and "Activity Hazard Analysis," detailing their submission requirements. The primary purpose is to standardize and document the data deliverables for government contracts, ensuring clarity on what data is required, when, how, and at what estimated cost.
    DD Form 1423, the Contract Data Requirements List, is a crucial Department of Defense form for detailing data deliverables in government contracts. It outlines requirements for items such as technical data packages, technical manuals, and other data categories, specifying their title, authority, contract reference, requiring office, and distribution. The form mandates details on submission frequency, dates, and recipient copies. It also includes instructions for both government personnel in preparing the form and contractors in estimating prices for data items based on four groups of effort (Group I: data not essential to primary effort; Group II: essential data requiring additional work; Group III: essential data with minor changes; Group IV: minimal effort data). The form ensures clear communication of data requirements, pricing, and delivery between contracting parties, serving as a critical component in federal procurement for managing and tracking contractual data.
    DD Form 1423, the Contract Data Requirements List, is a crucial Department of Defense form (OMB No. 0704-0188) used for detailing data deliverables in federal contracts. It outlines requirements for various data items, including technical data packages, technical manuals, and other categories relevant to system acquisition. The form specifies data item numbers, titles, acquisition authorities, contract references, requiring offices, and submission details such as frequency and distribution. It also includes sections for pricing data items, categorizing costs into four groups based on whether the data is essential to contract performance or requires additional work to meet government standards. The document provides detailed instructions for both government personnel completing the form and contractors estimating prices for data deliverables, ensuring clear communication and compliance in data submission for government projects.
    DD Form 1423, also known as the Contract Data Requirements List (CDRL), is a standardized Department of Defense form used to list data items required from a contractor during a contract. It outlines critical details such as the data item number, title, authority, contract reference, requiring office, frequency of submission, and distribution. The form includes instructions for both government personnel in preparing the CDRL and contractors in understanding the pricing groups (Group I, II, III, and IV) for developing estimated prices for each data item. The document provides a template for four data items, specifying requirements for initial and final maintenance records/binders, including digital and hard copies, to be submitted to FMSR and the Government via RMS, in accordance with PWS Paragraph 1.11 and Specification 01 33 00. The purpose is to ensure clear communication and documentation of data deliverables within government contracts, facilitating proper tracking and costing.
    DD Form 1423, the Contract Data Requirements List, is a crucial Department of Defense form used for outlining data deliverables in federal contracts. It details requirements such as data item numbers, titles, subtitles, authority, contract references, requiring office, inspection/acceptance needs, approval codes, distribution statements, frequency, submission dates, and distribution specifics. The form also includes sections for remarks, price groups, and estimated total prices for each data item. Instructions clarify how to complete the form, differentiating between government and contractor responsibilities and defining four price groups based on the effort required to produce the data. The form ensures all necessary data, from installation status reports to safety information, is properly documented and delivered according to contract specifications, streamlining data acquisition and management within government projects like petroleum maintenance and repair.
    DD Form 1423, the Contract Data Requirements List, is a Department of Defense form used to list data items required from a contractor during a contract. It details specific data deliverables, such as mishap notifications, accident reports (USACE Eng Form 3394, LHE Accident Report Form), and routine service orders, along with their submission requirements, frequencies, and distribution. The form includes fields for contract information, data item specifics (title, authority, contract reference), requiring offices, and distribution details. Instructions for both government personnel and contractors clarify how to complete each section, including definitions for pricing groups (Group I to IV) that categorize data based on the effort required for its development and delivery. The form ensures that all necessary data is formally requested and delivered in accordance with contract terms and specifications, such as PWS Appendix C and Specification 01 33 00.
    This document, Appendix K of a government contract (47QSHA18D0016 / W912DY20F4075) with Weston Solutions, outlines the Facility Maintenance Plan for Charleston AFB and other installations. It details contact information for various government and contractor personnel, hours of operation (0700-1600) for Charleston AFB, and specific instructions for the plan, including general facility descriptions, a communication plan, and references to site-specific accident prevention information. A significant portion of the document is dedicated to a detailed schedule of existing maintenance activities across multiple DLA sites in Florida, Georgia, South Carolina, and North Carolina, with quarterly and annual maintenance frequencies spanning from August 2024 to July 2025. Additionally, it provides an extensive list of special considerations for components within Facility 97 (HYDR FL, BLDG), including pumps, valves, flow switches, and filters, all requiring Lockout/Tagout (LOTO) and system out-of-service procedures. Routine coalescer and separator cartridge changes are specified as part of fixed-price maintenance, with government-provided cartridges and provisions for service order repairs for out-of-sequence changes.
    Appendix K outlines the Facility Maintenance Plan for DFSP Charleston and other DLA sites, detailing operational hours, contact information for various personnel (QAE, DLA PM, SCP PM, Contractor, and USACE POCs), and instructions for including a general facility description, communication plan, and accident prevention plan information. The document also provides an existing maintenance schedule with quarterly and annual tasks for various installations. A significant portion of the appendix is dedicated to a detailed inventory of components within the TECH LAB LF ANA and PETROL OPS BLDG facilities at DFSP Charleston. This inventory specifies facility names, operational areas, component types (e.g., fume hoods, storage tanks, valves, pumps, meters, control boxes, bollards, loading arms), unique identifiers, manufacturers, models, serial numbers, capacities, and UFC System Level Maintenance Frequencies. It also includes special considerations and maintenance requirements, such as manufacturer O&M references, operator/equipment requirements, system availability, and notes on repairs and safety protocols like Lockout/Tagout (LOTO) procedures.
    This government file, Appendix K - Facility Maintenance Plan, details the maintenance plan for various fuel facilities at Dobbins ARB and other locations. It includes contact information for key personnel, a list of facilities with their corresponding DLA Site Codes, and a partial existing maintenance schedule. The document also provides extensive details on special considerations for numerous components within facilities like the Military Service Station (Mogas, Diesel, E-85 tanks and dispensers), Flightline Diesel Tank, and Bulk Storage Offloading/Fillstand areas. Each component specifies its type, CUID, make, model, serial number, UFC section reference, manufacturer requirements, and operational considerations, particularly emphasizing the need for Lockout/Tagout (LOTO) and system out-of-service for maintenance. Routine filter changes and coating repairs are highlighted as recurring maintenance tasks, while major repairs and replacements are often designated as service order tasks or handled by other contracts. The plan underscores adherence to manufacturer O&M requirements and specific safety protocols.
    Appendix K outlines the Facility Maintenance Plan for the Charlotte Douglas IAP, detailing operational hours (0700-1600) and contact information for various stakeholders including the contractor (Weston Solutions), DLA, SCP, USACE, and local POCs. The facility includes a Petroleum Operations Building and MSS. Instructions emphasize a communication plan and reference to a site-specific accident prevention plan. The document also lists numerous other DLA sites. A significant portion of the appendix is dedicated to a detailed inventory of components within the facility's petroleum operations, specifically for Truck Fillstands #1 and #2, Rec Line #1 and #2, and Issue Line #1 and #2. This includes various valves (ball, flanged ball, PRV, dead-man), pressure gauges, meters, air vents, pumps, motors, flow switches, basket strainers, and bollards. Each component is identified by CUID, make, model, capacity/size, and UFC section reference, with manufacturer O&M manuals as a primary resource. Many entries specify that LOTO (Lockout/Tagout) and system out-of-service procedures are required for maintenance. Some tasks, like meter calibration and certain repairs, are designated for the owning agency (SO) or another contractor, with the current contractor responsible for identifying when these tasks are necessary. The plan also notes specific considerations such as incorrect gauge types required for replacement and maintenance procedures for pressure relief valves.
    The U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville (CEHNC) is seeking proposals for a firm-fixed-price contract for Fuels Preventative and Corrective Maintenance for the South Atlantic Division - Air Force 2 (SAD-AF2). This solicitation, under NAICS code 561210 ($47M size standard) and PSC ZINA, covers comprehensive maintenance services for petroleum facilities and systems in support of the Defense Logistics Agency - Energy (DLA-E). The contract has a 3.5-year performance period, including options, and requires experienced contractors compliant with federal regulations. The solicitation outlines various preventative and corrective maintenance tasks, other direct costs, and service contract reporting as line items with firm-fixed-price arrangements. Invoices are to be submitted electronically to CEHNC, and payments will be made via Electronic Funds Transfer. A pre-proposal conference is planned, and questions are due by November 5, 2025.
    This document, Appendix K - Facility Maintenance Plan, details the maintenance plan for the Glynco ANG Station, DLA Site Code JAS, specifically focusing on the FAC 1225 Vehicle Fuel Station. It outlines the facility's operational hours, address, and key contact information for the contractor (Weston Solutions), DLA/SCP, and USACE. The plan includes instructions for a general facility description, a communication plan, and references to a site-specific accident prevention plan. A significant portion of the document provides a comprehensive list of components for the Military Service Station, including a 6,000-gallon diesel tank and various dispenser components. Each component is identified with a unique ID, manufacturer information, capacity, and relevant UFC section references for maintenance. The document also includes an extensive list of DLA Work Type Categories and their corresponding component acronyms, covering areas like air compressors, alarms, containment systems, electrical/lighting, filtration, gauges, pumps, tanks, and valves. An existing maintenance schedule (Appendix J) is provided, showing quarterly and annual maintenance frequencies for various installations from August 2024 to July 2025.
    This Facility Maintenance Plan (Appendix K) outlines the maintenance requirements for various fuel storage and handling facilities, including Jet Fuel Tanks (FAC 1711, 1712), a Jet Fuel Pumphouse (FAC 1061), Jet Fuel Fillstands (FAC 1720), Jet Fuel Offload Stands (FAC 1730), Refueling Unit Parking (FAC 1508), Remote Containment Basin (FAC 1315), POL Ops Building (FAC 1060), and Diesel/Mogas Tanks (FAC 1701, 1771, 1772). The document specifies the minimum information required for the plan, emphasizing the need for additional site-specific details and a communication plan. It also references Appendix J for existing maintenance schedules across multiple installations in Florida, Georgia, South Carolina, and North Carolina, detailing quarterly and annual maintenance frequencies. Appendix F provides an exhaustive list of components for Jet Tank 1 (100K Gallons), Jet Tank 2 (100K Gallons), and Offloading Station 1, detailing component types, CUIDs, makes, models, serial numbers, capacities, and specific maintenance requirements, including "Lock Out/Tag Out" (LOTO) and system out-of-service conditions. Many tasks require touch-up coating repair or are to be performed by other contractors, highlighting the intricate and multi-faceted nature of maintaining these critical fuel infrastructure assets.
    The document, "Appendix K - Facility Maintenance Plan," outlines the comprehensive maintenance strategy for Joint Base Charleston NWS, a DLA (Defense Logistics Agency) site. It details key contact information for various stakeholders, including QAE, DLA PM, SCP PM, Contractor, and USACE personnel. The plan requires inclusion of a general facility description, a communication plan addressing in/out briefs and communication lines, and a reference to the site-specific accident prevention plan. A significant portion of the document is dedicated to an extensive inventory of facilities and their components, such as fuel dispensing systems (VEH FL STN, MUR #3, MUR #4, DS2 #1/2), diesel and mogas storage tanks, and a petroleum operations building. Each component is itemized with its CUID, make, model, capacity/size, UFC section reference, manufacturer requirements, and specific maintenance considerations, including whether the system needs to be out of service for a given task. The plan also categorizes DLA Work Types and UFC Section References for various components, ranging from air compressors and alarms to tanks and valves, indicating a structured approach to facility upkeep and compliance with maintenance protocols.
    Appendix K outlines the Facility Maintenance Plan for McEntire Joint National Guard Base, detailing operational hours, contact information for various stakeholders including Weston Solutions (the contractor), DLA/SCP, USACE, and local POCs. The facility includes a pump station with two bulk storage tanks, a fuel station with MOGAS and DS-2 tanks, two truck offloads, and two truck fillstands. The document emphasizes a communication plan for briefs and lines of communication, and requires site-specific addendums and activity hazard analyses for recurring maintenance. It also lists other installations and their maintenance schedules. A significant portion details special considerations and maintenance requirements for numerous components within the McEntire JNGB pump station, including pumps, tanks, valves, gauges, motors, and safety equipment, often noting that coalescer and separator cartridge changes are part of routine maintenance but may require service orders for out-of-sequence replacements. Many items require Lockout/Tagout (LOTO) and system placement out-of-service for maintenance, and touch-up coating repair is frequently mentioned for various valves and bollards. Canopy repairs are to be performed via service order.
    Appendix K outlines the Facility Maintenance Plan for Moody AFB, detailing operational hours, key contact information, and specific instructions for facility descriptions, communication plans, and site-specific addendums with activity hazard analyses. The document also includes an extensive existing maintenance schedule for various installations, listing locations, site names, DLA site codes, and planned maintenance activities across four quarters from August 2024 to July 2025. Furthermore, it provides a comprehensive inventory of facilities and operational areas, including military service stations with various dispensers, pump stations, fuel tanks (Diesel, E-85, MOGAS), and bulk storage areas with fillstands and offload skids, all identified with unique property identifiers.
    The document, Appendix K - Facility Maintenance Plan, details the maintenance protocols for various facilities at Patrick AFB and other installations, including Cape Canaveral AFS, Jacksonville IAP, Dobbins ARB, Robins AFB, Moody AFB, Savannah Hilton Head IAP, and JB Charleston. It outlines contact information for key personnel, specific facilities like ASTs and pumphouses, and instructions for communication plans and site-specific addendums with activity hazard analyses. A significant portion of the document is dedicated to a detailed inventory of components within Facility 627 (Jet A Pumphouse) and various Jet A and Diesel fuel tanks, listing their types, capacities, manufacturer requirements, and special considerations such as
    This document is Appendix K of a government contract, detailing the Facility Maintenance Plan for Robins AFB and other installations, including Cape Canaveral AFS and Patrick AFB. It outlines key information such as hours of operation, addresses, and contact details for various personnel, including QAEs, DLA PMs, SCP PMs, Contractor PMs, and USACE POCs. The plan lists numerous facilities at Robins AFB, including various hydrant systems, pumphouses, fillstands, storage yards, service stations, and offloading stands, along with specific components and their maintenance requirements, referencing UFC sections and manufacturer guidelines. It also includes an existing maintenance schedule for multiple locations across Florida, Georgia, South Carolina, and North Carolina. The document emphasizes the need for a general facility description, a communication plan, and site-specific addendums and activity hazard analyses, particularly for recurring maintenance tasks. Specific components like underground tanks, pumps, valves, and electrical equipment at Pump House 3 are detailed, noting special considerations such as tasks to be performed by other contracts and requirements for Lockout/Tagout (LOTO) and system out-of-service procedures. The plan also covers components for Diesel Fill/Offload #5 and E-85 Offload #10, highlighting safety protocols and maintenance frequencies for various elements.
    Appendix K outlines the Facility Maintenance Plan for the Savannah ANG (SAG) installation at 1401 Robert B Miller Jr Rd, Garden City, GA, operating from 0700-1700. The contract is with Weston Solutions (47QSHA18D0016 / W912DY20F0475). The document details contact information for various local, DLA/SCP, Contractor, and USACE POCs. It lists facilities like the POL Ops Bldg (Laboratory), Jet Fuel Tanks (50K, 200K gallons), Pump House, Fillstands, and Offloading Station, noting ongoing demolition and new skid installations. The plan requires a general facility description, a communication strategy covering in/out briefs and communication lines, and site-specific addendums with Activity Hazard Analysis for recurring maintenance tasks. It also provides a comprehensive schedule for existing maintenance activities across various DLA sites in the Southeast. A significant portion of the document meticulously details components and maintenance requirements for Jet Tanks 964, 967, 957, and 958, including various valves, pumps, alarms, grounding systems, and fire protection, often referring to Manufacturer's O&M manuals and specific UFC sections for maintenance frequency and procedures. Certain tasks are designated for performance by the contracting officer or another contractor, with the contractor responsible for identifying when these are required in the Facility Maintenance Plan.
    This Facility Maintenance Plan (Appendix K) outlines the maintenance requirements for the Savannah/Hilton Head IAP, specifically addressing the Military Service Station (FAC 1415), 6K Gallon Diesel Tank with Dispenser (FAC 422), 6K Gallon Mogas Tank with Dispenser (FAC 423), and the Refueling Vehicle Parking Area (FAC 1419). The document details contact information for various stakeholders, including the contractor (Weston Solutions), DLA, SCP, and USACE. It also provides an existing maintenance schedule for various DLA sites across the Southeast and a comprehensive list of components for the Savannah/Hilton Head IAP facilities, along with their unique identifiers, manufacturer requirements, and UFC section references for maintenance frequency. The plan emphasizes the need for a general facility description, a communication plan, and references to the site-specific accident prevention plan.
    Appendix K outlines the Facility Maintenance Plan for Seymour Johnson AFB, detailing contract information, operational hours, and key personnel contacts for Weston Solutions and various government agencies. The installation includes two hydrant systems with associated bulk storage tanks, three of which are under construction, and three service stations. The document also provides instructions for a communication plan and site-specific addenda, including Activity Hazard Analysis. It lists numerous facilities and components requiring maintenance, such as vehicle fuel stations, hydrant fuel buildings, pump stations, POL tanks, and associated parts like nozzles, hoses, breakaways, swivels, and meters. Each component specifies unique identifiers, operational areas, UFC section references, manufacturer requirements, and special considerations like the need for Lockout/Tagout (LOTO) procedures and system placement out-of-service, often requiring tasks to be performed by other contractors or the SO. The plan also includes maintenance schedules for various installations across multiple states, emphasizing a comprehensive approach to facility upkeep and safety protocols.
    This Facility Maintenance Plan (Appendix K) outlines the maintenance procedures and key contacts for the Shaw AFB installation, managed by Weston Solutions under contract 47QSHA18D0016 / W912DY20F4075. The facility operates from 0700-1600 and includes a main petrol operations building, three API 653 tanks (one under construction), six fillstands, four offload stations, two diesel tanks, a mogas tank, and two service stations. The plan details a communication strategy, site-specific addendums, and activity hazard analyses for recurring maintenance. It also includes an existing maintenance schedule for various installations across several states, with specific quarterly and annual maintenance frequencies. Additionally, the document lists special considerations for various components within the fill stands, such as signs, grounding systems, air eliminators, filters, meters, hoses, Cla Valves, pressure relief valves, dead man handles, and pressure gauges, specifying maintenance frequencies and noting items requiring Lockout/Tagout (LOTO) procedures and system unavailability.
    The Facility Maintenance Plan (Appendix K) details maintenance procedures for two Military Service Stations at Stanly County Airport, DLA Site Code WEF, operating from 0700 to 1600. The plan specifies communication protocols, accident prevention, and a comprehensive schedule for various maintenance tasks, including quarterly and annual inspections. It lists numerous facilities across several states, including Florida, Georgia, South Carolina, and North Carolina. The document also provides a detailed inventory of components, such as diesel and MOGAS tanks, dispensers, nozzles, hoses, and bollards, highlighting their unique identifiers, operational areas, and maintenance requirements. Many components, particularly hoses, nozzles, and spin-on filters, are noted as needing replacement or attention. The plan emphasizes adherence to manufacturer specifications and includes a comprehensive list of component acronyms and their corresponding work categories for streamlined maintenance and repair operations, ensuring compliance and operational efficiency.
    Similar Opportunities
    1.8A ITALY SOLICITATION 2025
    Buyer not available
    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.
    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 Region under Solicitation Number SPE602-26-R-0700. This procurement aims to acquire various bulk petroleum products, including Naval Distillate (F76), Aviation Turbine Fuel (JA1), and Aviation Turbine Fuel (JP5), to support military operations across multiple locations in Europe, with delivery scheduled from July 1, 2026, to June 30, 2027. Offerors are required to utilize the Bulk Offer Entry Tool (OET) for submissions and must be registered in the System for Award Management (SAM), with a closing date for proposals set for January 5, 2026, at 3 PM EST. Interested parties can direct inquiries to Gerardo Gomez or Paul Johnson via the provided email addresses.
    Government Owned Contractor Operated Fuel Storage Facility at DFSP Tampa, FL
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for fuel management services at the Defense Fuel Support Point (DFSP) in Tampa, Florida. The contractor will be responsible for all services related to the receiving, protecting, storing, and shipping of U.S. Government-Owned Turbine Fuel Aviation, Grade Jet-A, in accordance with the Performance Work Statement (PWS). This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 493190, with a size standard of $36.5 million, and is expected to result in a firm-fixed-price contract with a four-year base period starting November 4, 2026, and an option for an additional five years. Interested vendors should prepare for the solicitation to be posted on www.beta.SAM.gov around December 29, 2025, and must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals. For further inquiries, contact Candice Ekwoge at candice.ekwoge@dla.mil or 804-807-4948.
    Fuels - Preproposal Conference for Preventative and Corrective Maintenance Pacific Ocean Division - Japan (POJ)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is hosting a virtual preproposal conference for the Fuels - Preventative and Corrective Maintenance contract for the Pacific Ocean Division in Japan. This opportunity aims to provide insights and details regarding the standalone contract focused on the maintenance of fuel supply facilities, which is critical for ensuring operational readiness and efficiency in military operations. Interested parties are encouraged to engage in this conference to better understand the requirements and expectations for the procurement process. For further inquiries, Kijafa Johnson-Cooper can be contacted at 256-895-1614 or via email at kijafa.t.johnson-cooper@usace.army.mil, with Tamikah Freeman available at tamikah.mcwilliams@usace.army.mil for additional support.
    Attachments for 2.3 SOUTH DOMESTIC INTOPLANE Amendment 0006
    Buyer not available
    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.
    82nd Airborne Propane Service Contract
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for a propane service contract to support the 82nd Airborne Division at Fort Bragg, North Carolina. The contract requires the provision of 100 propane tanks, eight 16-count propane cages, and quarterly refilling services over a base year and four option years, from January 2026 to January 2031. This procurement is crucial for ensuring a consistent supply of propane for military operations, adhering to safety and regulatory standards. Interested small businesses must submit their proposals electronically by December 17, 2025, at 10:00 AM EST, and direct any inquiries to the designated contacts, CPT Michael Davis and SFC Eric Garcia, via their provided email addresses.
    Contractor-owned, Contractor-operated (COCO) bulk retail services at two locations on Fort Bragg, NC.
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking small business sources to provide Contractor-Owned, Contractor-Operated (COCO) bulk retail fuel services at two locations on Fort Bragg, North Carolina. The contractor will be responsible for the operation, maintenance, and management of fuel facilities capable of storing significant quantities of military-grade aviation fuel (F24), commercial gasoline (MUR), and commercial diesel (ULSD), ensuring quality control and accurate accounting for petroleum products. This procurement is critical for maintaining the fuel supply chain for military operations, with a firm, fixed-price contract anticipated for a four-year base period and five additional five-year options, potentially extending the contract duration to 29 years. Interested firms must submit their responses by December 3, 2025, at 3:00 PM local Ft. Belvoir, VA time, via email to Morishita.Armstead@DLA.MIL, providing detailed company profiles and demonstrating their capabilities in fuels management.
    Amendment 0005 to Solicitation Number SPE608-23-R-0200 1.3C Ship's Bunkers Program (SOUTHCOM)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting offers for the Ship's Bunkers Program under Solicitation Number SPE608-23-R-0200, with the latest amendment (0005) introducing new compliance requirements. This amendment incorporates DFARS clauses 252.225-7966 and 252.225-7967, which prohibit contractors from engaging in fossil fuel business operations with entities that are 50% or more owned by the Russian Federation government or Russian fossil fuel companies, with specific exceptions outlined for certain transactions. The procurement is critical for ensuring compliance with national defense regulations and maintaining operational integrity, particularly in light of geopolitical considerations. Interested parties should direct inquiries to Dennis Gomez at Dennis.Gomez@dla.mil or Kimberly Morgan at kimberly.d.morgan@dla.mil, with the amendment effective from December 5, 2025.
    Government Owned Contractor Operated AIRCRAFT/GROUND FUEL SERVICES - SOUTHWEST REGION AF CONUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified small businesses to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Cannon AFB, NM, Davis Monthan AFB, NM, Holloman AFB, AZ, and Luke AFB, AZ. The procurement aims to identify firms capable of operating and maintaining these fuel facilities, which includes responsibilities such as receiving, storing, issuing, and accounting for petroleum products, as well as maintaining the associated infrastructure. This opportunity is significant for ensuring the efficient management of fuel resources critical to military operations. Interested parties must submit their responses by 3:00 PM EST on December 9, 2025, via email to Rochelle Adams and Gordon Braxton, with a focus on demonstrating their capabilities and past performance in similar contracts.
    SPE60526R0200 Direct Delivery Fuel Requirements United Kingdom PP 1.8J
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is preparing to solicit proposals for the procurement of direct delivery fuel requirements in the United Kingdom under solicitation number SPE60526R0200. This contract will cover a three-year period starting July 1, 2026, and will include the supply of diesel fuel, kerosene, and gasoline products to support U.S. military operations at various Posts, Camps, and Stations (PC&S) in the region. The procurement is critical for ensuring reliable fuel delivery directly from suppliers to military customers, with evaluations based on the total lowest price technically acceptable and past performance. Interested vendors must be registered in the System for Award Management (SAM) and are advised to prepare necessary documentation for submission when the solicitation is released, with responses due by December 8, 2025. For further inquiries, contact Shaine Chung at 703-408-9779 or via email at uk2025@dla.mil.