Hydrant Fueling Automation Maintenance (HFAM) Systems
ID: SP470625R0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO-COLUMBUS-DIVISION-2COLUMBUS, OH, 43218, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the Hydrant Fueling Automation Maintenance (HFAM) Systems, aimed at providing comprehensive maintenance and support services for automated fueling systems at various military installations worldwide. The procurement includes a five-year Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, which encompasses tasks such as preventive maintenance, technical support, corrective maintenance, and cybersecurity support, as outlined in the Performance Work Statement (PWS). This initiative is critical for ensuring the operational efficiency and safety of fuel systems used by the government, with a total estimated contract value ranging from $3,095,104.85 to $30,951,018.45. Interested contractors must submit their company information to the designated contacts, Elizabeth Hanlon and Elizabeth Dickstein, by August 11, 2025, to access further documentation and participate in the proposal process, with proposals due by September 22, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, SP4706-25-R-0006, outlines instructions for proposals concerning Hydrant Fueling Automation Maintenance (HFAM) Support. It details general information, including incorporated FAR and DFARS provisions, and emphasizes submitting comprehensive, clear, and concise proposals. Offerors must adhere strictly to requirements, avoid alterations, and demonstrate a thorough understanding of the project. Key submission guidelines include electronic delivery of unclassified proposals by September 9, 2025, at 11:59 PM EST, with a caution regarding email delays. Proposals must be organized into specific volumes: an Introduction, Technical Approach (Factor 1), Management Approach (Factor 2), Past Performance (Factor 3), and Price (Factor 4), each with page limits and formatting requirements. The document specifies detailed content for each factor, particularly for technical and management approaches, which require comprehensive plans for transition, maintenance, support, cybersecurity, personnel, risk management, and quality control. Past performance will be evaluated based on recency, relevance, and quality, while price proposals will be assessed for reasonableness. Questions are due by August 11, 2025, at 12:00 PM EST, and must be submitted via email in a specified Excel format.
    The government solicitation SP4706-25-R-0006 outlines the evaluation factors for awarding the Hydrant Fueling Automation Maintenance (HFAM) Support contract. The award will be based on a "best value/trade-off" source selection process, prioritizing technical and management approaches over cost, though cost becomes a major consideration for technically equal proposals. Proposals must conform to requirements and demonstrate a clear understanding of the Performance Work Statement (PWS). Key evaluation factors include Technical Approach, Management Approach, Past Performance, and Price. Technical and Management Approaches are rated on a scale from "Outstanding" to "Unacceptable" based on understanding, completeness, and feasibility, with specific requirements for transition, maintenance, support, and cybersecurity. The Management Approach requires a detailed Program Management Plan (PMP) and Quality Control Plan (QCP) covering organization, work plan, essential personnel, risk management, stakeholder communications, and quality control/assurance. Past Performance is evaluated on recency, relevancy, and quality, leading to a confidence rating. Price proposals are assessed for reasonableness and may require detailed breakdowns.
    The Defense Logistics Agency (DLA) is seeking proposals for the Energy Automation Operational Technology Sustainment (EAOTS) Hydrant Fueling Automation Maintenance (HFAM) Support Indefinite Delivery Indefinite Quantity (IDIQ) contract (RFP # SP4706-25-R-0006). This Request for Proposal (RFP) aims to acquire services and supplies for the administration, sustainment, support, maintenance, modification, and repair of HFAM solutions at over 100 DoD fuel facilities worldwide. The scope includes managing automated fuel systems (AFS), automatic tank gauges (ATG), and other IT/OT solutions to enhance fuel inventory accountability, monitoring, and control, as well as preventing spills. The contract requires the chosen contractor to provide comprehensive administrative and program management support, including a transition-in period, weekly activity reports, monthly status reports, and participation in in-progress reviews. The contractor must also ensure compliance with cybersecurity regulations (DoDM 8570.01/DoDD 8140.01) for personnel with privileged access, maintain a quarterly inventory of government property, and provide commercial documentation for all supplies. The Work Breakdown Structure outlines nine key tasks: Transition In, Administrative Support & Program Management, Preventive Maintenance (PM), Technical Support, Corrective Maintenance (CM)/Repair, Site Support, Cybersecurity Support, Commercial Software Licensing, and Transition Out. The previous contractor was Kellog Brown & Root (KRC) Services, INC.
    This government file outlines a contract structure for maintenance and support services of hydrant fueling systems across various military installations in the CONUS, Europe, and Pacific regions. The contract is divided into multiple Contract Line Item Numbers (CLINs), including Firm-Fixed Price (FFP) for Transition In/Out, Admin Support & Program Management (ASPM), Preventive Maintenance (PM), and Technical Support (TS). Corrective Maintenance (CM) & Repair is a Cost-Type (CT) CLIN. Optional CLINs for Site Support (SS), Cybersecurity Support (CS), and Commercial Software Licensing (CSL) are Not Separately Priced (NSP) and will be issued based on negotiated task orders. The document details the estimated Period of Performance (PoP) for each CLIN, extending from May 2026 to November 2031, with yearly breakdowns for ASPM, PM, TS, and CM & Repair. It also provides a comprehensive list of site locations, their DODAACs, and the type and quantity of hydrant fueling systems (Type II, III, IV, and V) present at each, along with detailed descriptions of each system type. The total evaluated price is noted as a competitive evaluation tool, not the total contract price.
    The Solicitation SP4706-25-R-0006 is a Past Performance Questionnaire for Hydrant Fueling Automation Maintenance (HFAM) services worldwide. It is issued by DLA Contracting Services Office Columbus and seeks to gather information on a vendor's past and current performance for best value evaluation. The questionnaire requires details such as contract number, role played in prior contracts, contract type, value, and a description of services. It also asks if performance is reported in CPARS and if there have been significant changes. A comprehensive rating scale (Outstanding to Unacceptable) is provided for evaluating quality of service, cost control, timeliness, management approach, personnel management, and customer satisfaction. The document serves as a critical tool for assessing potential contractors for federal government RFPs related to maintenance support and sustainment of HFAM equipment.
    The provided document is a Q&A Template designed for formal inquiries, likely within the context of government RFPs, federal grants, or state/local RFPs. Its primary purpose is to standardize the submission of questions or comments regarding official documents. The template includes fields for the Point of Contact (POC) Name, Company Name, Document Name, Page Number, and specific Paragraph, Section Number, or context, ensuring that all questions are clearly referenced and easily traceable. This structure facilitates organized communication and clarifies ambiguities in official government solicitations or grant applications, promoting transparency and efficiency in the procurement and grant-making processes.
    The document outlines the solicitation SP4706-25-R-0006 for Hydrant Fueling Automation Maintenance (HFAM) Support, detailing the proposal submission instructions for potential offerors. Key sections include general provisions referencing applicable Federal Acquisition Regulations (FAR) and Defense FAR Supplement (DFARS) clauses, submission requirements, and evaluation factors to assess proposals. Offerors must demonstrate their capabilities in technical and management approaches, as well as past performance related to similar contracts. Proposals are required to be submitted electronically, with strict adherence to formatting and content guidelines, including limitations on page counts for different sections. Evaluation will focus on technical approach, management strategy, prior performance quality, and cost reasonableness. Key personnel qualifications and the contractor's ability to manage risks are significant considerations in the proposal assessments. The document emphasizes the importance of clarity and organization in submissions to ensure compliance with outlined requirements and facilitate sound decision-making by the government evaluators.
    The document outlines the evaluation factors for the award of the Hydrant Fueling Automation Maintenance (HFAM) Support contract under solicitation SP4706-25-R-0006. The government will select the proposal that offers the best value, prioritizing technical and management approaches over price. A single Firm Fixed Price Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract is expected to be awarded, focusing on high-quality services to achieve acquisition objectives. Key evaluation factors include Technical Approach, Management Approach, Past Performance, and Price, with the first three being significantly more important. Proposals must demonstrate compliance with technical requirements and outline management strategies, ensuring an effective execution plan. The Government retains the right to make awards without discussions, and proposals must be thorough and well-structured, reflecting the Offeror's competence. Past performance will be assessed for recency, relevancy, and quality, influencing confidence ratings. The price proposals will undergo a reasonableness evaluation, considering total costs and the potential impact of unrealistic bids. Proposals judged inadequate will be rejected, underscoring the importance of quality and organization throughout the submission process.
    The Energy Automation Operational Technology Sustainment (EAOTS) Hydrant Fueling Automation Maintenance (HFAM) Support is a project initiated by the Defense Logistics Agency (DLA) to ensure robust logistical support for the automation and maintenance of fuel systems across various Defense Fuel Supply Points (DFSPs). The Indefinite Delivery Indefinite Quantity (IDIQ) contract aims to acquire services and supplies necessary for the administration, maintenance, modification, and repair of HFAM-related systems. The scope encompasses support across 103 geographically dispersed sites in both the continental United States (CONUS) and outside the continental United States (OCONUS). Key objectives include establishing a contractor to manage operational efficiency and promote continuous process improvement while working collaboratively with DLA personnel. The performance work statement outlines a detailed work breakdown structure comprising tasks such as preventive maintenance, technical support, corrective maintenance, and cybersecurity support. The contractor is responsible for providing qualified personnel, resources, and adherence to governmental regulations while maintaining high-quality standards. Deliverables include monthly status reports, service documentation, and inventory management to facilitate oversight. This initiative reinforces DLA's commitment to maintaining operational capabilities and compliance with environmental safety standards.
    The document outlines a federal proposal for various maintenance, administrative, and support services related to military bases across the U.S. It includes a series of Contract Line Item Numbers (CLINs) broken down into categories such as Transition In, Administrative Support, Preventive and Corrective Maintenance, Technical Support, and Optional services like Cybersecurity and Software Licensing. Each CLIN specifies a type (Firm-Fixed Price or Cost-Type) and some are designated as optional, indicating that they are not guaranteed but may be needed based on future requirements. The estimated periods of performance (PoPs) and cost allocations are established for each service, indicating a structured approach to budgeting and service provision over a five-year timeline. The document highlights the locations and type of services provided, such as at various Air Force bases, and outlines a method for evaluating competing proposals based on their pricing. The purpose of this proposal aligns with government RFP standards, aiming to enhance operational efficiency and ensure proper maintenance and support for military infrastructure.
    The document outlines the Past Performance Questionnaire for the Hydrant Fueling Automation Maintenance (HFAM) contract, issued by the DLA Contracting Services Office in Columbus, Ohio. The questionnaire is designed to gather references related to a contractor’s previous performance, which will inform the evaluation for the ongoing solicitation. Key elements include questions about the contractor's role, contract specifics, performance ratings, and management practices. Evaluators assess the quality of service, cost control, timeliness, management effectiveness, personnel management, and customer satisfaction. Responses are rated on a scale from “Outstanding” to “Unacceptable,” with specific definitions for each rating level. The feedback collected will be critical for determining the contractor's capability to fulfill contract requirements effectively and is intended to ensure a high standard of service maintenance in hydrating fueling operations worldwide. The document emphasizes the importance of accuracy and factual details in responses to support fair evaluation outcomes.
    The provided file is a Q&A template intended for use in the context of government RFPs (Requests for Proposals), federal grants, and state and local RFPs. It is structured to facilitate communication between point of contact (POC) personnel and interested parties or stakeholders. The template includes sections for the name of the POC, the company name, the document name, page number, and specific details about the inquiries or comments related to the RFP or grant proposals. The purpose of this template is to streamline the question-and-answer process, ensuring clarity and organization when addressing queries about the proposal documents. It promotes transparency and collaboration between government entities and potential bidders, fostering an environment conducive to constructive feedback and engagement. By precisely documenting questions or comments alongside relevant context, the template enhances the efficiency of the proposal review process and supports compliance with grant and proposal regulations. In summary, this Q&A template serves as a practical tool for facilitating dialogue and ensuring clarity in the procurement process involving federal and state funds.
    The document outlines a Request for Proposal (RFP) to acquire energy automation services and hydrant fueling automation maintenance. It specifies that the contract will encompass a mix of fixed-price and cost-reimbursable items, with a minimum order value of $3,095,104.85 and a maximum of $30,951,018.45. The successful offeror must meet the requirements defined in the Performance Work Statement (PWS), which is subject to updates throughout the contract's lifecycle. Interested parties must submit their company information to access PWS attachments, and inquiries are accepted via email only until a specified date. The contract includes various FAR clauses and emphasizes the need for compliance with data security regulations regarding Controlled Unclassified Information (CUI). Overall, this solicitation aims to establish a partnership for the efficient operation and maintenance of critical fuel systems used by the government, highlighting the importance of both quality service provision and adherence to legal standards.
    This document is an amendment to solicitation SP470625R0006, extending the response deadline for an RFP for Systems Engineering Services. The original closing date of July 25, 2025, has been extended to September 22, 2025, at 11:59 AM EST. The solicitation is for "R425-V00007570 Systems Engineering Services," with a quantity of 1.000 (MO) and a Firm Fixed Price. The period of performance is from July 25, 2025, to September 9, 2025. The amendment requires contractors to acknowledge receipt and outlines the methods for doing so. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0002 to solicitation SP470625R0006 for Systems Engineering Services, effective July 25, 2025, extends the offer receipt deadline and provides critical updates to the original solicitation. Key revisions include four new attachments: Attachment 1 (Questions and Answers) for clarification, Attachment 2 (Updated HFAM Inventory Report August 2025) replacing the initial version, Attachment 3 (Updated 8140 and 8570 Certification List) replacing the original, and Attachment 4 (HFAM Snow Breakdown) estimating Level 2 support calls. The solicitation outlines a Firm Fixed Price for Systems Engineering Services (Item 0001) with a performance period from July 25, 2025, to September 9, 2025. All other terms and conditions of the original document remain unchanged. Contractors must acknowledge the amendment by the specified deadline.
    This document is Amendment 0001 to a solicitation, providing further explanation and clarification of requirements. It includes questions and answers in Attachment E, an updated Know Breakdown in Attachment M, and a new Pricing Spreadsheet (Attachment 1) for ZYXT 0001 Corrective Maintenance. The new pricing matrix (Attachment ^) replaces the initial pricing matrix. Contractors are reminded that no additional questions will be taken and assumptions should be included in their proposals. A signed copy of this amendment must be returned with proposals, and all other terms and conditions remain unchanged.
    Similar Opportunities
    10--KIT,DEPOT OVERHAUL-HYD
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a depot overhaul kit (NSN 1005010988122) for hydraulic systems, with an estimated quantity of 24 units. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with a guaranteed minimum of three units and an expected six orders per year. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in maintaining military readiness. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    FUEL CONTROL,MAIN,T
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of a FUEL CONTROL, MAIN, T (NSN: 2910-01-329-3239 YP), specifically designed for use in military applications. The contract, which is a firm-fixed-price for one unit, requires compliance with various military standards, including AS9100 quality standards and military packaging regulations, ensuring that the product meets stringent safety and operational requirements. This procurement is critical for supporting Foreign Military Sales (FMS) and maintaining the operational readiness of defense systems. Interested parties must submit their quotations by January 5, 2026, and can contact Michelle L Parker at mcihelle.parker.2@us.af.mil or 385-519-8190 for further information.
    29--PUMP,FUEL,METERING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 125 units of fuel metering pumps (NSN 2910014771311). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a total order value of up to $350,000, and a guaranteed minimum quantity of 18 units. The pumps are critical components in engine accessory systems and will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    PUMP,FUEL,ELECTRICAL
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for the procurement of electrical fuel pumps, specifically for the CH-47 Weapon System. This opportunity, outlined in Amendment 0002 to Solicitation SPRRA125R0063, modifies the original contract to extend the proposal due date from November 20, 2025, to December 15, 2025, and increases the production quantity from 14 to 38 units. The fuel pumps, classified under NSN 2910-01-466-9681, are critical components for military vehicles, ensuring operational readiness and efficiency. Interested vendors should note that all other terms and conditions remain unchanged, and they can contact Barry Barnett at barry.barnett@dla.mil or call 256-924-7922 for further information.
    29--PUMP,FUEL,METERING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 15 units of fuel metering pumps (NSN 2910017277997). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum of 2 units. These pumps are critical components in motor vehicle gasoline engine systems, and the items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    Pump, Fuel, Metering
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of metering fuel pumps, specifically NSNs 2915-01-454-6663 and 2915-01-041-8639. The contract requires the delivery of a total of 196 units, with quantities ranging from 49 to 294 units, to be shipped to DLA Distribution Depot Oklahoma, with initial deliveries due by May 31, 2027. These pumps are critical components for the F-16 aircraft, ensuring efficient fuel supply to the engines. Interested vendors must submit their proposals by January 30, 2026, and can direct inquiries to Chrissy Turnage at christine.turnage@us.af.mil. The solicitation is available for download at www.sam.gov, and all proposals will be evaluated based on price and past performance factors.
    29--PARTS KIT,FUEL TANK
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for a procurement opportunity involving a Parts Kit for a fuel tank, specifically NSN 2910014635443. The solicitation includes a requirement for five units to be delivered within 57 days after order, with the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total orders reach $350,000. This procurement is crucial for maintaining operational readiness and support for military vehicles, as the parts are essential components of motor vehicle gasoline engines. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via the provided email address, DibbsBSM@dla.mil.
    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.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the annual bulk petroleum purchase for the Atlantic, Europe, and Mediterranean (AEM) region, specifically targeting various fuel types including Naval Distillate (F-76), Aviation Turbine Fuels (JP5, JP8, and Jet A-1). This procurement aims to secure essential fuel supplies to support military operations across multiple locations within the AEM geographic area, with a contract period extending from the date of award through June 30, 2026. Interested vendors must utilize the Bulk Offer Entry Tool (OET) for submissions, ensuring compliance with federal procurement standards, and are encouraged to register with the System for Award Management (SAM) at no cost. The solicitation closing date is set for January 14, 2025, at 3 PM EST, and inquiries can be directed to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.mil.
    Fuel Dispenser Maintenance
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for fuel dispenser maintenance at Fort Drum, NY. The services include repairing, replacing, testing, and reprogramming fuel dispensing systems and associated equipment. The Contractor must comply with federal and local codes and regulations. The BPA will be evaluated annually and may last up to five years. Interested parties must be registered with SAM under NAICS code 811310. Contractors responding before 05 January 2024 will receive a Master BPA. The performance period for the MBPA will be from 02 June 2024 to 01 June 2029.