The document "FACILITIES INFORMATION SPE608-23-R-0200 SOUTHCOM ATTACHMENT C" is a request for information within a federal government RFP, likely related to a procurement for facilities or services. It requires offerors to provide detailed information for each item they propose, specifically focusing on terminal locations (full physical address, contact person, and phone number for pre-award surveys), transportation sources (full physical address, contact person, and phone number for pre-award surveys for barge and truck delivery), and testing facilities (physical addresses, contact person, and phone number for pre-award surveys). The document is marked as "CUI Source Selection Information" indicating its sensitive nature under FAR 2.101 and FAR 3.104. This information is critical for the government to evaluate the capabilities and logistics of potential contractors.
This government file outlines specific requirements for Aviation Turbine Fuel, JP-5 (National Stock Numbers 9130-00-273-2379 and 9130-01-499-9521), distributed by DLA Energy. The product must comply with MIL-DTL-5624X, dated February 12, 2024, with several modifications. Key modifications include specific filtration time reporting (rounding up), using the manual ASTM D93 method for flash point testing, and revised flash point minimums (62.5°C for multi-product pipelines and specific US locations, 61.5°C in Australia). JP-5 delivered to Kodiak Island, Alaska, has a maximum acid number of 0.020 mg KOH/g. Contractors must elect a Micro-Separometer (MSEP) limit, with additional testing required for hand blends containing additives. The Deep Freeze Program has a stricter sulfur content limit of 0.0015 mass-percent. Additives like Fuel System Icing Inhibitor (FSII) and Corrosion Inhibitor/Lubricity Improver (CI/LI) are required as per MIL-DTL-85470C and MIL-PRF-25017H, respectively, and can be line-injected under specific conditions to ensure homogeneous blending. Synthetic blend components and co-hydroprocessed synthesized kerosene require notification and must be government-approved. The government may request additional 5-gallon samples quarterly and requires 20 mL samples from each tank in a procurement batch, along with a Refinery Certificate of Quality or Certificate of Analysis, to be shipped to Naval Air Station HAZMART. All samples and accompanying paperwork must include specific contract and product information.
The "OFFER DATA SHEET" for RFP SPE608-23-R-0200 -0004 outlines the requirements for offering Turbine Fuel, Aviation, JP5, at Progreso, Mexico. Key details include a base reference date of November 6, 2025, and a base reference price of $743.07394 per MT. Offerors must review the Economic Price Adjustment Clause (FAR 52.216-2) to understand price fluctuations. The sheet specifies the delivery location, method, and estimated quantity (761.18 MT). It requires offerors to list their price without taxes, itemize all applicable taxes and fees separately per FAR52.229-6, and provide a total offer price per MT including all taxes. The reference publication for pricing is Platts Jet Kero 54 USGC Waterborne PJABM00.
Amendment 0006 to Solicitation SPE608-23-R-0200 reopens JP5 fuel requirements in Progreso, Mexico, as part of an open continuous solicitation ending March 31, 2027. This amendment introduces new terms, including a 10% cap on ancillary charges for the BUNKERS SOUTHCOM Purchase Program and successive closing dates for future requirements. Offers responding to this specific amendment, which adds 761.18 metric tons of JP5 fuel to be delivered by tank truck, are due by December 16, 2025, at 3:00 PM ET. Offerors must submit an Offer Data Sheet, Certificate of Analysis/Quality, and a Commitment Letter from the supplier. All other terms and conditions of the original solicitation remain unchanged.