Texas Air Force 2026
ID: SPE60425R0407Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGYFORT BELVOIR, VA, 22060, USA

NAICS

Fossil Fuel Electric Power Generation (221112)

PSC

FUEL OILS (9140)
Timeline
    Description

    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the supply of electricity and ancillary services to various Department of Defense installations in Texas, specifically for the Texas Air Force bases of Goodfellow, Laughlin, and Sheppard. The procurement encompasses a 48-month delivery period from January 2027 to January 2031, with an estimated total quantity of 727,222,780 kWh to be provided under a Firm-Fixed-Price, Requirements Type contract utilizing Real-Time Settlement Point Pricing (RTSPP). This opportunity is critical for ensuring reliable energy supply within the Electric Reliability Council of Texas (ERCOT) market area, and all responsible sources are encouraged to submit proposals by the specified deadline. Interested parties can contact Jacob Sigler at Jacob.Sigler@dla.mil or Minna Pham at dlaenergy.eteam@dla.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, SPE60425R0407 Texas AF 2026, outlines the proposal requirements for submitting a complete bid to DLA Energy for a federal government Request for Proposal (RFP). It details mandatory documents, submission guidelines, and evaluation criteria. Key requirements include the Standard Form (SF) 1449 and all SF 30s, evidence of responsibility (including 12 months of electricity supply experience and state authorization), three past performance references for retail electricity contracts, a 4-page technical capability/risk narrative, a commitment to small business participation, and a pricing sheet. Proposals can be submitted via email, with specific instructions regarding file formats, size limits (50 MB), and virus scanning. Offerors must also provide a list of authorized negotiators, a subcontracting plan (if applicable), and complete representations and certifications. Failure to submit a timely and complete proposal may lead to disqualification.
    This government file, Attachment IV of RFP SPE60425R0407, outlines mandatory representations, certifications, and statements for contractors, focusing on federal and state procurement compliance. It details provisions not found in SAM.gov, requiring manual submission. Key areas include responsibility matters (FAR 52.209-7), tax certifications (FAR 52.209-12), and prohibitions on covered defense telecommunications equipment and services (DFARS 252.204-7016, 252.204-7017). Additionally, the document covers broader representations and certifications, including those for commercial products and services (FAR 52.212-3), which address small business status, Buy American Act compliance, child labor, taxpayer identification, and restrictions on business operations in Sudan and Iran. Offerors must confirm their SAM.gov status for certain provisions or complete them manually, providing detailed disclosures if applicable.
    This document, SPE60425R0407 Texas Air Force 2026 Electricity, comprises questions and answers regarding an RFP for electricity supply to Texas Air Force bases. It clarifies details on block purchase schedules, transaction fees (which include QSE management costs and exclude CRR Auction Revenue Distribution), and billing processes via WAWF. The government will provide specific block buy dates post-award and a pricing sheet via future amendment. It confirms that the "retail adder" for holdover CLINs is synonymous with the transaction fee and that the 48-hour firm price requirement stands. The document also specifies that West Hub blocks are allocated 30% to Goodfellow AFB and 70% to Sheppard AFB, while South Hub blocks go to Laughlin AFB, with provisions for adjusting allocations if accounts change. It also addresses questions on termination liability, other market charges, existing behind-the-meter generation (none reported), and tax exemptions post-award. RPS will not be included in the transaction fee as it is no longer mandatory in ERCOT as of September 1, 2025.
    This document is an amendment to a Request for Proposal (RFP) for a federal government contract, specifically RFP 75H70524R00001, issued by the Indian Health Service (IHS). The amendment extends the due date for proposals to December 10, 2020, at 2:00 PM EST. It also outlines instructions for submitting questions and acknowledges that answers may not be provided before the proposal due date. The document requires offerors to acknowledge receipt of the amendment by signing and returning it, ensuring all terms and conditions of the original RFP, as modified, remain in full force. It also includes specific details regarding pricing and administrative changes related to the amendment.
    This document is Amendment 0002 to Solicitation SPE60425R0407, issued by DLA Energy, Installation Energy, on November 28, 2025. This amendment modifies the solicitation for electricity supply, specifically extending the period of delivery for CLIN 0002 Holdover to no later than April 2031, under specific conditions outlined in the 'Statement of Work – Holdover Contract Line Item Number (CLIN)'. Additionally, it amends Section 2, Statement of Work, Subsection (c) OTHER MARKET CHARGES, clarifying that certain charges identified in the ERCOT Nodal Charge Type Matrix (as of November 5, 2025) or otherwise defined, will be direct pass-throughs to the Government without additional mark-up. The amendment also includes Attachment VII - Questions and Answers TX AF 2026. All other terms and conditions of the original solicitation remain unchanged.
    This government Request for Proposal (RFP) SPE604-25-R-0407, "Texas Air Force 2026," seeks contractors to supply retail electricity and ancillary services to three Texas Air Force bases: Goodfellow, Laughlin, and Sheppard, for a 48-month period from January 2027 to January 2031. The contract is a fixed-price, requirements-type utilizing Real Time Settlement Point Pricing (RTSPP) for electricity. Pricing involves firm-fixed price block purchases (estimated at 70-80% of load) and RTSPP for quantities outside these blocks. The RFP details comprehensive invoicing requirements, including consolidated billing and specific data elements. It also outlines responsibilities for scheduling, supply management, record keeping, and provisions for adding future accounts. A "Holdover CLIN" addresses continuity of service for non-transferred accounts post-contract expiration. Special notes cover notification of tariff/rate changes and adjustments for electricity regulatory changes. The document incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including tailored clauses for excusable delays, taxes, termination for convenience, termination for cause, title, warranty, and limitation of liability, applicable to commercial products and services.
    This government Request for Proposal (RFP) (SPE604-25-R-0407) outlines the requirements for electricity supply and ancillary services to three Texas Air Force bases: Goodfellow, Laughlin, and Sheppard, for a 48-month period from January 2027 to January 2031. The DLA Energy is seeking fixed-price, requirements-type offers utilizing Real-Time Settlement Point Pricing (RTSPP) for electricity. The contractor will manage electricity procurement through firm-fixed price blocks (80% on-peak, 70% off-peak) and real-time market pricing for quantities outside these blocks. The RFP details invoicing procedures, including consolidated retail electric provider (REP) billing and specific charges like a transaction fee and other market charges (e.g., UDC/TDSP, gross receipts tax, ancillary services). It also includes provisions for a "Holdover CLIN" to ensure continuous service during account transfers and clauses addressing excusable delays, tax adjustments, and termination for convenience or cause. The document emphasizes contractor responsibilities for scheduling, supply management, and adherence to ERCOT and Public Utility Commission of Texas (PUCT) requirements.
    This government Request for Proposal (RFP) SPE604-25-R-0407, issued by DLA Energy, seeks offers for retail electricity and ancillary services for three Texas Air Force bases (Goodfellow, Laughlin, and Sheppard) from January 2027 to January 2031. The procurement is for Fixed Price, Requirements-type contracts utilizing Real Time Settlement Point Pricing (RTSPP). The contractor will supply electricity, manage scheduling and supply, and coordinate with Utility Distribution Companies (UDCs) within the ERCOT region. Invoicing will be consolidated for all accounts at each installation, adhering to Public Utility Commission of Texas (PUCT) requirements. The RFP outlines detailed billing information, pass-through charges for various market costs (e.g., UDC/TDSP charges, taxes, ancillary services), and provisions for a
    Lifecycle
    Title
    Type
    Texas Air Force 2026
    Currently viewing
    Presolicitation
    Similar Opportunities
    Renewable Energy Certificates (RECs) - Basic Ordering Agreement
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking contractors to establish Basic Ordering Agreements (BOAs) for the supply and delivery of Renewable Energy Certificates (RECs) across the Continental United States. The objective of this procurement is to support compliance with federal energy requirements as outlined in various legislative acts, including the Energy Policy Act and the Energy Act of 2020, while facilitating a streamlined contracting process for authorized agencies through Purchase Orders. This initiative is crucial for promoting renewable energy use within government operations, with an estimated requirement of 2.5 million megawatt-hours of renewable energy over the five-year agreement period. Interested vendors should direct inquiries to Jessica Mayeaux at jessica.g.mayeaux@dla.mil, and the solicitation will remain open until April 28, 2027.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the acquisition of 40 units of a Power Supply, specifically identified by NSN: 6130-01-661-4955 and Part Number: RFP-L3500-750-1G1B, from the sole source Ametek Programmable Power, Inc. This procurement is critical for ensuring the availability of reliable electrical equipment, which plays a vital role in various defense operations. Proposals must be submitted electronically by December 8, 2025, at 4:30 PM EST, with delivery expected to Texarkana, TX, within 180 days after contract award. Interested parties can contact Muhammad Kah at Muhammad.kah@dla.mil or by phone at 586-467-1203 for further information.
    Sources Sought Notice: Naval Air Station (NAS) Kingsville, TX
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking qualified small business sources to provide non-personal, Government-owned, Contractor-operated (GOCO) aircraft fuel and ground fuel support services at Naval Air Station (NAS) Kingsville, Texas. The procurement aims to identify firms capable of operating and maintaining fuel facilities, including the necessary personnel, equipment, and supervision to manage petroleum products and associated services. This opportunity is critical for ensuring the efficient storage and distribution of fuel at the facility, with a contract expected to be awarded for a four-year base period, followed by a five-year option and a potential six-month extension. Interested parties must submit their responses by December 8, 2025, to the designated contacts, Annalise Henzler and Thea Miller-Smith, via email, and are encouraged to register in the System for Award Management (SAM) prior to submission.
    DLA Energy FY26 Annual Procurement Forecast of Petroleum Acquisitions
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is announcing its annual procurement forecast for petroleum acquisitions for fiscal year 2026. The forecast outlines the anticipated procurement of approximately 80.535 million barrels of various petroleum products, including bulk and PCS, intro-plane, bunkers, and non-contract fuel. These acquisitions are crucial for supporting military operations and ensuring the availability of essential fuel supplies. Interested vendors should contact Allison Rodgers at Allison.Rodgers@dla.mil or Kurtiss Beach at kurtiss.beach@dla.mil for further details, and they are advised to refer to individual solicitations for precise quantities as the procurement process progresses.
    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.
    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.
    Utilities Privatization - Privatization of the Electric Utility System at Norfolk Naval Shipyard, VA
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the privatization of the Electric Utility System at Norfolk Naval Shipyard, Virginia. This initiative involves transferring ownership and operational responsibilities of the electric distribution utility system to a contractor, who will be accountable for maintenance, repairs, and providing reliable utility services to the government. The privatization is governed by 10 U.S.C. §2688 and aims to ensure continuous, adequate service while adhering to environmental compliance and operational standards. Interested parties must register for a virtual pre-proposal conference scheduled for September 17, 2025, and submit proposals by the specified deadlines, with all inquiries directed to Contracting Officer Andrew Urben at andrew.urben@dla.mil or 445-737-9595. The contract is expected to span 50 years, with evaluation criteria emphasizing technical capability, past performance, and risk management.
    6150 015802340
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking procurement related to miscellaneous electric power and distribution equipment under the contract titled '6150 015802340'. The specific requirements and objectives of this procurement are outlined in a redacted Justification and Approval (J&A) document, which indicates the necessity for these goods within the defense sector. Such equipment plays a critical role in ensuring reliable power distribution for military operations and infrastructure. Interested parties can reach out to primary contact Saugat Pant at saugat.pant@dla.mil or by phone at 804-279-6724, or secondary contact Virginia Rhodes at virginia.rhodes@dla.mil or 804-279-6081 for further details.
    Request for Proposals (RFP) for Fresh Fruit & Vegetable support for DLA Troop Support's DoD troop and Non-DoD school customers located in San Antonio, TX
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for a comprehensive supply of fresh fruits and vegetables to support both DoD troop customers and Non-DoD school customers in San Antonio, Texas. This procurement, set aside exclusively for small businesses, aims to fulfill indefinite quantities of produce over a five-year contract period, with an estimated maximum total contract value of $307.5 million. The goods are critical for ensuring the nutritional needs of military personnel and school children, emphasizing the importance of quality and compliance with agricultural standards. Interested vendors must possess a valid Perishable Agricultural Commodities Act (PACA) license and submit proposals by the specified deadline, with the solicitation expected to be issued in December 2025. For further inquiries, potential offerors can contact Tiffanie Barthelemy at tiffanie.barthelemy@dla.mil or Amy Paradis at amy.paradis@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.