Government-Owned Contractor Operated Storage Services at Wright Patterson AFB, OH
ID: SPE60324R0509Type: Solicitation
Overview

Buyer

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

NAICS

Other Warehousing and Storage (493190)

PSC

OPERATION OF FUEL STORAGE BUILDINGS (M1GC)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Defense Logistics Agency (DLA) Energy is seeking proposals for Government-Owned Contractor Operated Storage Services at Wright-Patterson Air Force Base (AFB) in Ohio, specifically for fuels management operations. The contractor will be responsible for providing comprehensive fuels management services, including aircraft refueling, operation and maintenance of bulk fuel facilities, inventory accountability, and ensuring environmental compliance, all while adhering to best commercial practices. This procurement is particularly significant as it supports the Department of the Air Force's critical fuel management needs, with a performance period set from January 1, 2025, to December 31, 2028, and options for extension until 2033. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by September 9, 2024, and can direct inquiries to primary contact Orin Smith at Orin.Smith@dla.mil or secondary contact Careka Squire at careka.squire@dla.mil.

    Files
    Title
    Posted
    The document presents an amendment to solicitation SPE603-24-R-0509 regarding the DLA Energy Bulk Petroleum Services contract. It serves to update key elements, specifically replacing the existing Collective Bargaining Agreement with a new version dated August 20, 2024, and extending the offer submission deadline from August 26, 2024, to September 09, 2024, at 9:00 AM local time in Fort Belvoir, VA. Additionally, revisions have been made to the services provided and their pricing, as well as the performance periods for contract and storage requirements. It notes that all other terms and conditions of the contract remain unchanged. This amendment is crucial for ensuring compliance with updated agreements and for allowing potential contractors additional time to submit their offers, thus enhancing participation in this federal opportunity.
    The Performance Work Statement (PWS) SPE603-24-R-0509 outlines operational and management requirements for aircraft and ground fuel services, including fuel storage and distribution at Wright-Patterson AFB, effective from September 12, 2024. The document emphasizes contractor responsibilities regarding staffing, operations, safety, security, environmental protection, and adherence to federal regulations. Key operational components include safe handling, quality control, timely dispatch, and maintenance of fuel inventory. The contractor must also ensure compliance with environmental standards, safety protocols, and security measures. Training programs for personnel and detailed maintenance plans are critical, emphasizing qualifications and staffing levels to meet mission requirements. Deliverables such as compliance and operations plans must be submitted for approval during the contract period. The PWS aims to ensure efficient fuel management and service continuity while safeguarding against environmental and operational risks, reflecting the government's commitment to maintaining high service standards for military installations.
    The document SPE603-24-R-0509 outlines procurement specifications for Alongside Aircraft Refueling Contractor (AARC) services at Wright-Patterson Air Force Base (AFB), Ohio. It details two phases of service contracts for a firm-fixed price: the first spanning November 1, 2024, to October 31, 2028, covering 48 months, and an optional extension from November 1, 2028, to October 31, 2033, covering 60 months. Both contracts require the contractor to provide fuel management services and necessary operational support in accordance with the Performance Work Statement. Additionally, petroleum storage facilities must be provided within the contract period at the specified AFB location. The document emphasizes the financial aspects, requiring contractors to submit monthly price offers for the outlined services and facilities. The main purpose is to solicit bids for these critical services, ensuring the functionality and management of fuel operations at Wright-Patterson AFB while adhering to governmental regulations and performance expectations.
    The document addresses inquiries related to the Wright Patterson Air Force Base RFP SPE603-24-R-0509, focused on performance-based contracting for refueling and defueling operations. It outlines details regarding contractor responsibilities, including the purchase of refueling vehicles and fuel, maintenance requirements, and conditions for operating on public roads. Notably, the contractor must ensure compliance for fuel systems and equipment specifications as detailed in the Performance Work Statement (PWS) and associated appendices. Key points include the requirement for the contractor to provide mobile refuelers and manage the operation of hydrant systems, with specific guidelines provided for various maintenance and operational tasks. Additionally, the Government clarifies responsibilities for laboratory equipment replacement, personnel security clearances, and operational training for military personnel. The tone remains objective, focusing on clear expectations and guidelines for prospective contractors while emphasizing the need for comprehensive proposals that meet specified requirements. This document serves to facilitate the RFP process, ensuring transparency and understanding of contract obligations.
    The document is an amendment to the Wright Patterson Air Force Base RFP SPE603-24-R-0509, providing answers to questions posed by contractors regarding the performance-based contract for fuel support operations. Key topics include specifications for refueling and defueling vehicles, responsibilities for maintenance and consumables, historical fuel usage data, and labor classifications outlined in the CBA. The government clarifies that contractors must assess their own capabilities to meet the contract's requirements and that various types of vehicles, including special purpose refuelers, must be provided within 24 months of contract commencement. Additionally, contractors are accountable for all fuel costs from the start of performance. The document addresses the operational dynamics of the base, including how many vehicles need to interact with public roadways, maintenance responsibilities, and the training needs for military personnel. Overall, this amendment serves to clarify expectations and responsibilities of the prospective contractors, ensuring they have the necessary information to submit competitive proposals for the fuel support contract at Wright Patterson AFB.
    The Performance Work Statement (PWS) SPE603-24-R-0509 outlines the requirements for Aircraft and Ground Fuel Services at Wright-Patterson Air Force Base, managed by the Defense Logistics Agency (DLA) Energy. It details the scope of operational and management services related to fuels operations, including product receipt, storage, and distribution. Key responsibilities for the contractor include maintaining fuel quality, ensuring safety and security, managing training programs, and complying with environmental regulations. The document specifies staffing requirements, operational procedures, maintenance plans, and performance standards to deliver efficient fuel services while maintaining accountability and environmental protection. Contractors are required to develop detailed compliance and operational plans, train personnel on safety and environmental standards, and follow stringent reporting and inventory management protocols. The PWS emphasizes the importance of quality control, effective communication during operations, and adherence to both federal and local directives to support the mission at the military installation. Overall, it serves as a comprehensive guideline for contractors submitting proposals to provide these critical services.
    The Performance Work Statement (PWS) outlines the requirements for Aircraft/Ground Fuel Services and Fuel Storage and Distribution at Wright-Patterson Air Force Base, under Solicitation SPE603-24-R-0509. The document details the responsibilities of the contractor, including staffing, operations, maintenance, and compliance with safety and environmental regulations. The contractor must ensure proper receipt, storage, and distribution of fuel, maintain operational integrity, and adhere to various applicable directives. Key components include managing fuel quality, conducting required training, ensuring safety protocols, maintaining security measures, and executing maintenance tasks. The contractor is also responsible for managing inventory, participating in environmental protection efforts, and facilitating contract turnovers with previous contractors. The document is structured into several sections, detailing the introduction, background, scope of work, performance requirements, and deliverables. Each category specifies services to be provided, emphasizing the need for qualified personnel and adherence to strict operational standards, ultimately aiming to support the military's fuel management needs efficiently and safely.
    The document is a Past Performance Questionnaire (PPQ) for the federal RFP SPE603-24-R-0509 associated with Wright-Patterson Air Force Base in Ohio. Its primary purpose is to gather assessments on a contractor's performance across several areas, including Quality of Service, Schedule, Cost Control, Management of Key Personnel, Small Business participation, Regulatory Compliance, and Business Relationships. Each section allows evaluators to rate the contractor using a defined set of performance ratings, from "Exceptional" to "Unsatisfactory," supplemented with narrative explanations. The questionnaire requests information about the contractor, such as name, contract specifics, and individual completing the assessment. It emphasizes safeguarding sensitive information and encourages thorough responses for an accurate evaluation of the contractor’s performance history. The overall goal is to ensure a comprehensive review of past performance to inform future contract decisions. This process supports the government’s commitment to maintaining high standards and accountability in contracting practices.
    The Past Performance Questionnaire (PPQ) for the contract SPE603-24-R-0509 at Wright-Patterson Air Force Base (AFB), Ohio, is designed to evaluate a contractor's performance on various aspects of service delivery. Key components include contractor identification, assessment periods, and contact information, with emphasis on completing detailed evaluations regarding work quality, schedule adherence, cost control, key personnel management, small business compliance, regulatory adherence, and business relationships. Assessment ratings range from "Exceptional" to "Unsatisfactory," based on performance in these areas, with corresponding narrative explanations required to support each rating. Special note is made of safeguarding the provided information due to its relevance in ongoing source selection processes. This questionnaire is vital in facilitating informed decisions for future contracting, reflecting the importance of past performance in federal contracting evaluations and aligning with policies for government RFPs and grants. The comprehensive assessment aims to ensure contractors meet established standards, contributing to effective project execution and compliance with government regulations.
    The Past Performance Information Consent Form (SPE603-24-R-0509) is issued by the Defense Logistics Agency (DLA) Energy, detailing the requirements for prime contractors regarding the disclosure of past performance information from joint venture partners, subcontractors, and teaming partners. This consent is crucial as it allows the Government to evaluate the past performance of these entities in relation to proposals submitted for operations at fuel facilities in various locations, including Osan AB and Kadena AB. The form emphasizes the importance of consent before sharing past performance details, underscoring the Government's commitment to ensuring the integrity of the source selection process. By completing this form, partners grant permission to the prime contractor to discuss their past performance, facilitating a thorough evaluation aimed at achieving best value in contract awards. The document specifies that completed consent forms must accompany proposals to streamline compliance with these requirements.
    The document pertains to a Request for Proposals (RFP) concerning multiple references for federal contracts. It lists essential contact details for representatives from different organizations involved in the procurement process, including the PPQ and DLA Energy, along with pertinent contract information such as contract numbers, values, periods of performance, and places of performance. This information is crucial for potential bidders to assess prior engagements and maintain communication with contact persons for clarification regarding the RFP SPE603-24-R-0509 specific to WP AFB, OH. The structured presentation of each reference details their respective responsibilities and points of contact, facilitating transparency and collaboration in the bidding process. This emphasis on comprehensive reference documentation is essential in ensuring compliance and streamlined communication among stakeholders in the federal contracting landscape.
    The "Register of Wage Determinations Under the Service Contract Act" outlines wage and benefit requirements for contractors working under federal contracts, specifically within Ohio's Greene, Miami, and Montgomery Counties. Contractors must pay workers at least $17.20 per hour if contracts are initiated or renewed after January 30, 2022, or $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. The document details a comprehensive list of occupations, their codes, titles, and corresponding wage rates, along with essential fringe benefits such as health and welfare, vacation, and holidays. It stipulates guidelines for conformance requests regarding unlisted job classifications and wage rates based on the "Service Contract Act Directory of Occupations." Moreover, additional provisions include regulations for uniform allowances, potential pay differentials for hazardous work, and paid sick leave requirements under Executive Order 13706. This wage determination helps ensure fair compensation and working conditions for employees engaged in government contracts, promoting compliance with labor standards across various service sectors.
    The document is a Wage Determination from the U.S. Department of Labor under the Service Contract Act. It specifies minimum wage rates for employees under federal contracts, particularly at Wright-Patterson Air Force Base in Ohio, where services related to aircraft refueling and fuel management are provided. The wage determination number is 2022-0116, with a revision date of May 20, 2022. Contracts awarded after January 30, 2022, must adhere to Executive Order 14026, mandating a minimum hourly wage of $15.00, while contracts awarded between January 1, 2015, and January 29, 2022, must pay a minimum of $11.25 per hour, unless higher rates are defined in the determination. This document also outlines the applicability of Executive Order 13706, which requires paid sick leave for federal contractors. Additionally, the summary notes the existence of a Collective Bargaining Agreement effective from October 1, 2021, to September 30, 2025, detailing wage rates and benefits for workers under this contract. The purpose of this document is to ensure compliance with federal wage standards and worker protections for contracts related to federal services, reflecting the government's commitment to fair labor practices.
    The document, "Attachment V Wage Determination (Revised) SPE603-24-R-0509," serves as an official wage determination for specific federal contracts. It outlines the required wage rates for various job classifications under the service contract, ensuring compliance with the government’s wage and labor policies. The determination includes information on job categories, corresponding wage rates, and additional labor regulations affecting contractors and subcontractors. This document is essential in establishing fair compensation for workers involved in federal projects, reflecting the government's commitment to equitable labor practices. Moreover, it plays a critical role in federal requests for proposals (RFPs) and grants by standardizing wage expectations for projects funded at the federal, state, and local levels. The clear presentation of wage rates aids in the transparency and accountability of federal contracting processes, thereby fostering fair competition among bidders. Overall, this wage determination is a vital component in ensuring labor justice and supporting compliance in government contracting.
    The document outlines Supplemental Quality Assurance Provisions (SQAP) related to the Defense Logistics Agency (DLA) Energy contracts, specifically addressing inspection and quality control procedures. It details responsibilities for contractors during government inspections, requiring them to provide assistance, facilities, and equipment. A Quality Control Plan (QCP) is mandated, encompassing procedures for receiving, storage, calibration, and corrective actions. Lists of inspection offices are provided for DLA Energy contracts across various geographic regions, both within the continental U.S. and internationally. Each inspection office is assigned a code and contact details. The document specifies contractor obligations concerning routine testing of petroleum products, including sampling procedures and retention periods for composite samples. It also addresses handling nonconforming supplies and services, defining deviation and waiver processes, and emphasizing that contractors bear responsibility for any penalties arising from noncompliance. The provisions aim to facilitate thorough oversight of energy contracts, maintain quality standards, and ensure compliance with safety regulations in defense logistics operations.
    The document pertains to a federal Request for Proposal (RFP) identified as SPE603-24-R-0509, associated with operations at Wright-Patterson Air Force Base (Wright-Pat AFB) in Ohio. The RFP outlines specific requirements and expectations for contractors interested in participating in a related project or service. While the full details of the proposal are obscured, the text indicates a focus on operational compliance and coordination with federal standards. The document serves as a formal invitation for proposals, likely addressing various capabilities that contractors must demonstrate, such as relevant experience, technical expertise, and adherence to strict safety protocols. The repetition of "Attachment VII CBA" suggests that there are multiple supplementary documents or sections, potentially detailing the contractual obligations or criteria for evaluation. Ultimately, the purpose of the document is to solicit bids from qualified vendors while ensuring that received proposals align with governmental regulations and operational needs at the facility. This RFP is emblematic of standard practices in federal procurement, emphasizing transparency and competition among contractors.
    The document appears to be related to a federal Request for Proposal (RFP) regarding the Wright-Patterson Air Force Base (Wright-Pat AFB) under the submission reference SPE603-24-R-0509. It contains mention of attachments labeled "CBA (Revised)", suggesting comprehensive contextual or analytical information pertinent to a specific government procurement strategy. The repetitive mention of the attachment indicates a strong emphasis or reliance on the attached material, perhaps outlining requirements, responses, or compliance metrics. The primary purpose seems to be to solicit proposals for services or projects related to the base, which may require vendors to conform to specific guidelines and processes detailed in the respective attachments. This aligns with standard practices in government RFPs aimed at ensuring transparency, accountability, and appropriate public spending. The structure is scattered with broken text, making it challenging to extract detailed specifics beyond those general observations. Nonetheless, it encapsulates a framework for communication between government entities and potential contractors, underscoring the importance of thorough submissions to meet stated requirements.
    The document outlines key processes and regulatory frameworks pertaining to federal requests for proposals (RFPs) and grants, alongside their application at state and local levels. It emphasizes the need for transparency and adherence to specific guidelines during the RFP process. The file discusses the evaluation criteria used to assess proposals, ensuring they align with federal guidelines and grant goals. Furthermore, it highlights the importance of comprehensive documentation and reporting requirements, which facilitate accountability and tracking of project outcomes. The document serves as a resource for agencies and potential applicants by detailing the structural elements necessary for successful proposal submissions. It also addresses the role of stakeholder engagement in the process, indicating that feedback and communication among parties are crucial for the effective implementation of grants and funding initiatives. Overall, the text is a foundational guide aimed at improving the RFP process by promoting best practices in compliance and project management within government-funded programs.
    The document is an amendment to solicitation SPE60324R0509 issued by DLA Energy, effective August 15, 2024. It aims to modify submission requirements and provide updated documentation for the procurement process. Key revisions include changes to the submission of offers, now requiring delivery to specified email addresses with confirmation of receipt, along with updated guidelines for past performance questionnaire submissions. Additionally, preproposal conference slides and sign-in sheets from Wright-Patterson Airforce Base are included, along with a revised Service Contract Act Wage Determination reflecting the latest changes. The amendment confirms that existing terms and conditions remain unchanged, maintaining the original submission deadlines. This document serves to clarify and enhance the bidding process, ensuring all participants have necessary resources and up-to-date information for compliance with federal contracting regulations.
    The document outlines a collection of federal and state/local Requests for Proposals (RFPs) and grants, detailing funding opportunities aimed at various projects. It emphasizes the critical nature of adhering to compliance regulations while implementing prescribed projects. Key focus areas include environmental assessments, historical preservation, infrastructure enhancements, and community service initiatives. The summary also suggests the necessity for thorough documentation and evaluation to align with federal standards. Furthermore, the projects are established to foster economic development and improve public welfare, thus encouraging entities to participate by submitting proposals in response to these RFPs. Strict adherence to deadlines and submission protocols is crucial for consideration. The overarching theme underscores the government’s commitment to facilitating community improvements and addressing infrastructure challenges through structured funding mechanisms.
    The document outlines various federal and state government Requests for Proposals (RFPs) and grant opportunities, focusing on funding initiatives aimed at addressing community needs and enhancing public services. Key topics include the importance of project proposals aligning with governmental objectives, especially in areas such as infrastructure, healthcare, and environmental sustainability. Specific RFPs encourage innovative solutions to historical preservation, disaster response, and local economic development. Additionally, the document emphasizes the necessity for comprehensive project plans, collaboration with local agencies, and adherence to regulations. Application guidance is provided, highlighting the evaluation criteria for proposals, which includes establishing community impact, budget feasibility, and project sustainability. Overall, this document serves as a resource for stakeholders seeking to engage with federal funding mechanisms and to drive meaningful change within their communities while ensuring compliance with policy requirements. By fostering partnerships and promoting transparency, these RFPs aim to maximize the effectiveness of public investments.
    The document is a solicitation for services related to petroleum management and refueling at Wright-Patterson AFB, Ohio, under contract SPE603-24-R-0509. It outlines the requirements for Alongside Aircraft Refueling Contractor (AARC) fuel services from October 1, 2024, to September 30, 2028, with options for an extension until September 30, 2033. Key sections cover the description of services, pricing information, and contract administration, emphasizing quality assurance and compliance with safety regulations. The document specifies service pricing under multiple contract line items, detailing bid submission processes and performance expectations. Quality inspections and delivery performance are highlighted, along with provisions for reporting oil spills and ensuring contractor security clearances. It delineates the contractor's obligations for personnel security measures, insurance requirements, and environmental safety standards, reflecting the government's commitment to safe and efficient fuel management operations. The solicitation serves as a formal request for proposals from qualified contractors, seeking to ensure competitive and compliant service delivery at the military installation.
    The Wright-Patterson DLA solicitation sign-in document records attendees of a preproposal meeting related to a federal procurement process. The document lists key individuals representing various organizations, including Johnny Reagan from MayTAG, Mark Weidner from Bravia Services, Harvey Watson from DMS, and Paul Thurston from TREK Services. Additionally, it features several contract specialists and program managers involved in the solicitation, indicating their roles in the bid review process. This sign-in captures the initial engagement of stakeholders interested in federal contracts, underscoring the collaborative nature of federal RFPs and the importance of networking and communication among bidders and government officials. The document serves as an essential logistical tool within the procurement process, providing insights into parties involved and fostering transparency in government contracting activities. Overall, it reflects the structured approach to managing proposals within the federal solicitation landscape.
    The Defense Logistics Agency (DLA) issued Solicitation SPE603-24-R-0509, pertaining to Fuels Management Services at Wright-Patterson Air Force Base (AFB), Ohio, aimed at obtaining non-personal services under a Firm Fixed-Price contract. This acquisition specifically reserves eligibility for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes a performance period from January 1, 2025, to December 31, 2028, with options extending up to 2033. It outlines the roles of key personnel, including the Contracting Officer and Program Manager, stipulating that inquiries must be submitted by August 12, 2024. Proposals must be submitted by August 26, 2024, via email, adhering to specified guidelines, including a technical proposal format and evaluation criteria focusing on staffing, operations, maintenance, and safety. The DLA uses a Lowest Price Technically Acceptable (LPTA) approach for award selection, evaluating past performance as well. The document details critical requirements, such as registration in the System for Award Management (SAM) and compliance with Federal Acquisition Regulation (FAR) provisions, reinforcing the importance of thorough understanding and presentation of both technical capabilities and pricing within proposals.
    Similar Opportunities
    CONTRACTOR-OWNED, CONTRACTOR OPERATED (COCO) RETAIL FUEL SERVICES IN ALTUS AFB, OKLAHOMA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for Contractor Owned Contractor Operated (COCO) retail fuel services at Altus Air Force Base in Oklahoma. The procurement aims to establish a comprehensive fuel operation that includes the receipt, storage, and dispensing of commercial-grade gasoline and diesel fuel, ensuring compliance with safety, environmental, and quality standards. This initiative is critical for maintaining efficient fuel operations that support military readiness and operational integrity. Interested contractors must submit their proposals by September 19, 2024, with inquiries directed to Candice Ekwoge at Candice.Ekwoge@dla.mil or Dominique Vest at Dominique.1.Vest@dla.mil.
    Government-owned, Contractor-operated (GOCO) Aircraft/Ground Fuel Services and Fuel Storage & Distribution services at Gila Bend Air Force Auxiliary Field (AFAF), AZ and Columbus Air Force Base AFB, MS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified Small Business Administration (SBA) Certified 8(a) Program Participant sources to provide Government-owned, Contractor-operated (GOCO) Aircraft/Ground Fuel Services and Fuel Storage & Distribution services at Gila Bend Air Force Auxiliary Field (AFAF), AZ, and Columbus Air Force Base (AFB), MS. The procurement involves management, operation, maintenance, product quality surveillance, inventory control, and environmental protection related to petroleum products at both locations, with the intention of awarding a firm-fixed price contract for a four-year base period, potentially extending to a five-year option period. Interested parties must submit their capability statements by 12:00 PM local time on September 24, 2024, to Ralph Dayougar and Alex Cano via email, as the solicitation is expected to be published between November and December 2024, with a projected performance period starting November 1, 2025.
    DLA Energy - Bulk Petroleum Products Inland/East/Gulf Coast/Offshore (IEG) Program
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of bulk petroleum products under the Inland/East/Gulf Coast/Offshore (IEG) Purchase Program, with solicitation number SPE602-24-R-0709. This procurement aims to secure various types of aviation and naval distillate fuels, with total estimated quantities including 8,015,000 gallons of JP8, 787,054,800 gallons of JAA, 203,153,600 gallons of JP5, and 130,739,400 gallons of F76, to be delivered from April 1, 2025, through March 31, 2026. The fuels are critical for military operations and logistics, ensuring that the Department of Defense maintains operational readiness across multiple regions. Interested small businesses must submit their proposals by October 4, 2024, and can direct inquiries to Amanda Webster at amanda.webster@dla.mil or Joseph Yacovone at Joseph.Yacovone@dla.mil for further assistance.
    Contractor-Owned, Contractor Operated (COCO) Fuel Storage Services in the Arabian Gulf area
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for Contractor-Owned, Contractor Operated (COCO) fuel storage services in the Arabian Gulf area. The primary objective is to secure a contractor capable of providing bulk fuel storage for various petroleum products under a firm-fixed-price contract, with a four-year base period from November 1, 2024, to October 31, 2028, and a potential five-year extension. These services are critical for supporting military operations, ensuring the safe and efficient management of fuel supplies. Interested contractors should contact Chris Kidwell at christopher.kidwell@dla.mil or Careka Squire at careka.squire@dla.mil for further details, and must adhere to the submission guidelines outlined in the solicitation documents.
    DLA Energy Bulk Petroleum - JPTS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking suppliers for Jet Propellant Thermally Stable (JPTS) fuel to support operations at Beale Air Force Base in California, Osan Air Base in Korea, and DFSP Texas City in Texas. The procurement encompasses an estimated annual requirement of 1,150,000 gallons for Beale AFB, 925,000 gallons for Osan AB, and 1,725,000 gallons for Texas City, with the contract period running from April 1, 2025, to March 31, 2026, and options for three additional years. This fuel is critical for military operations, ensuring the readiness and operational capability of the U.S. Air Force. Interested vendors should prepare for full and open competition, with the solicitation expected to be issued on https://www.sam.gov in late September or early October 2024; inquiries can be directed to Tracey Grinstead or Sonji Epps via their provided emails.
    DFSP Ozol, CA O&M Remediation Systems
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking small businesses to provide environmental remediation services at the Defense Fuel Support Point (DFSP) in Martinez, California, under solicitation SPE603-24-R-0504. The contract encompasses a range of services including long-term management of remediation systems, environmental assessments, compliance support, and emergency response, all aimed at addressing petroleum product releases while adhering to federal, state, and local regulations. This procurement is critical for ensuring environmental stewardship and operational efficiency within defense infrastructure, with a contract duration extending potentially until September 2029. Interested parties must submit their proposals by the extended deadline of September 23, 2024, and can direct inquiries to Mark A. Laskoski at mark.laskoski@dla.mil or Queenie Luu at queenie.luu@dla.mil.
    DLA Energy - Carbon-Pollution Free Electricity/Retail Electricity 2024
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for a 20-year contract to supply Carbon Pollution-Free Electricity (CFE) and retail electricity to various federal installations within the PJM Interconnection region. The procurement aims to fulfill at least 35% of the government's total electricity needs with new-build CFE by 2030, while the remaining 65% will be sourced from conventional retail electricity. This initiative aligns with the U.S. government's commitment to sustainability and compliance with Executive Order 14057, which mandates sourcing 100% CFE by 2030. Interested offerors must submit their proposals by approximately 30 days after the solicitation is issued, with the anticipated solicitation release date on July 31, 2024. For inquiries, potential bidders can contact Charlene Woods at charlene.woods@dla.mil or Felicia Hightower at felicia.hightower@dla.mil.
    DLA Energy – Worldwide Additives Program (FSII and LIA)
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking proposals for the procurement of bulk fuel additives, specifically Fuel System Icing Inhibitor (FSII) and Diesel Fuel Additive (LIA), under solicitation SPE602-24-R-0705. The procurement aims to secure these additives to enhance fuel performance and safety for military and civilian applications, with a total estimated quantity of 4,318,700 US gallons of FSII and 95,000 US gallons of LIA required for delivery from January 1, 2025, to December 31, 2026. Interested vendors must submit their proposals by September 17, 2024, and ensure compliance with various federal regulations, including safety and hazardous material disclosures. For further inquiries, potential offerors can contact Matthew Padfield at Matthew.Padfield@dla.mil or Natalie Charles at natalie.charles@dla.mil.
    DDWG Propane - SP330024Q0260
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking contractors to provide liquid propane gas for government-owned tanks at DLA Distribution in Warner Robins, Georgia. The procurement involves the delivery of propane 1-2 times per week over a base year and two option years, totaling an estimated 207,090 gallons from October 15, 2024, to October 14, 2027. This service is critical for maintaining operational readiness and safety standards for government facilities. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Morgan Costanzo at morgan.costanzo@dla.mil or Christopher L. Robinson at christopher.robinson@dla.mil by September 12, 2024.
    FE Warren 2025 Electricity - A0001
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for the procurement of electricity and ancillary services for Francis E. Warren Air Force Base (FEW) in Wyoming, under the combined synopsis/solicitation SPE60424R0406. The contract will cover an estimated electricity supply requirement of approximately 71,415,833 kWh over a five-year period, commencing on April 1, 2026, with a focus on ensuring compliance with federal regulations and promoting small business participation. This initiative is critical for maintaining reliable energy supply to the military facility while aligning with sustainability goals, including the transition to 100% Carbon Pollution-Free Electricity by 2030. Interested offerors must submit their proposals by September 24, 2024, and can direct inquiries to Jacob Sigler at Jacob.Sigler@dla.mil or Sydney Kincaid at sydney.kincaid@dla.mil.