NAS Pensacola, FL Government-Owned, Contractor-Operated (GOCO) Fuel Services
ID: SPE603-25-R-0502Type: Solicitation
Overview

Buyer

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

NAICS

Other Warehousing and Storage (493190)

PSC

OPERATION OF FUEL SUPPLY FACILITIES (M1NA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for Government-Owned, Contractor-Operated (GOCO) fuel services at Naval Air Station (NAS) Pensacola, Florida. The selected contractor will be responsible for the operation, maintenance, and management of government-owned fuel facilities, ensuring compliance with various safety, environmental, and quality assurance standards throughout the contract period from December 1, 2025, to November 30, 2029, with an option for extension until November 30, 2034. This procurement is critical for maintaining efficient fuel supply operations essential for military and civilian aircraft, reflecting the importance of reliable fuel services in defense logistics. Interested parties should contact Micherie Dougherty at micherie.dougherty@dla.mil or 571-767-3681 for further details, and must adhere to the total small business set-aside requirements as outlined in the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for aircraft and ground fuel services, as well as fuel storage and distribution, under Solicitation SPE603-25-R-0502 for the Defense Fuel Support Point and Naval Air Station in Pensacola, Florida. The document emphasizes the contractor's responsibilities, including compliance with various DoD regulations, the management of fuel facilities, and the delivery of fuel services to military and civilian aircraft. Detailed requirements are provided for operational plans, maintenance, environmental protection, safety protocols, and staffing. Key personnel must be qualified and hold necessary certifications, while the contractor must submit various plans for contract compliance, quality surveillance, and safety. The document specifies performance requirements for fuel operations, bulk storage, and internal transfers, ensuring that the contractor performs all tasks with accountability and adherence to safety and environmental standards. The PWS serves as a guideline for evaluating contractor performance, emphasizing the need for continuous monitoring, reporting, and compliance throughout the contract period. Overall, it reflects a structured approach to managing fuel services critical for military operations.
    The Supplemental Quality Assurance Provision (SQAP) outlines essential quality assurance protocols for contractors and subcontractors working on federal projects, specifically in the context of inspections and tests conducted by the government. It mandates that the contractor, without incurring additional costs, provide necessary support to inspectors during their evaluation processes to ensure the safety and compliance of the work being performed. This document is part of a series related to federal RFPs and grants, serving as a guideline for maintaining standards in federal contracting. The revisions highlighted aim to enhance clarity and operational efficiency, reflecting ongoing adjustments to quality assurance measures in defense-related projects at NAS Pensacola, FL. The overarching purpose of the SQAP is to establish a structured and effective approach for achieving quality outcomes in government contracts while upholding regulatory standards.
    The document is a consent form required for joint venture partners, subcontractors, or teaming partners involved in government solicitations, specifically under the Defense Logistics Agency (DLA) Energy for services at NAS Pensacola, FL. Its primary purpose is to obtain written consent from these partners for the government to disclose their past and present performance information to the prime contractor during the source selection process. Without this consent, the government cannot legally share performance data with the private prime contractor. The form includes a sample letter to facilitate the process, outlining that the partner company authorizes discussions about their performance data with the proposing entity. This form must be included with past performance submissions to ensure compliance with regulations governing the evaluation of proposals in federal RFPs and grants.
    The document outlines the Contractor Performance Assessment Form as part of the solicitation SPE603-25-R-0502 for maintaining and evaluating contractor performance at NAS Pensacola, FL. The assessment process includes a general information section for contractors to detail their contract specifics, contact information, and performance evaluations. Clients are instructed to provide inputs on various performance aspects, including the quality of service, schedule adherence, cost control, management of key personnel, compliance with small business goals, regulatory compliance, and overall business relationships. Each aspect requires a narrative assessment leading to a performance rating: Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory. The form emphasizes safeguarding the provided information and highlights the importance of effective communication and managerial oversight. This structured approach aims to evaluate past contractor performances, ultimately aiding source selection for federal contracts and ensuring services meet governmental standards.
    The document is a Past Performance Questionnaire (PPQ) designed for DLA Energy, outlining requirements for potential contracts. It specifies the need for five past performance references from bidders, which include details such as contract number, period of performance, place of performance, contract value, and contact information for both DLA Energy contracts and other relevant sectors or agencies. The PPQ emphasizes recent and relevant past performance as a critical evaluation criterion for vendors interested in government solicitations. This thorough documentation allows DLA Energy to assess the capabilities and reliability of potential contractors, reflecting standard practices in federal and state procurement processes. Adherence to these guidelines is essential for ensuring the selection of qualified vendors, particularly in complex projects requiring accountability and proven experience.
    The Collective Bargaining Agreement (CBA) established between T Square Logistics Services, D8 Support Services, and the International Association of Machinists and Aerospace Workers covers employee rights and responsibilities at the Pensacola Naval Air Station for the period from December 1, 2024, to November 30, 2027. The agreement outlines critical areas such as employee recognition, management rights, wages, hours, paid time off, health benefits, safety protocols, and grievance procedures. Key features include salary structures based on classifications, differential pay for various shifts, and provisions for holiday pay, PTO accumulation, and health insurance coverage. The CBA stipulates processes for leaves of absence, labor relations, and employee seniority rights. The overall goal is to maintain fair labor practices and provide a structured approach to resolving grievances while promoting workplace safety. This agreement aligns with government standards for federal contractors, ensuring compliance and security for employees under relevant labor laws. The CBA thus serves as a vital tool for both management and union members, fostering a collaborative environment that prioritizes the rights and welfare of workers in the defense contracting sector.
    The document is a solicitation (SPE603-25-R-0502) for services related to the operation and maintenance of Government Owned Contractor Operated (GOCO) retail/bulk fuel services at Naval Air Station (NAS) Pensacola, Florida. It outlines essential instructions for prospective offerors adhering to FAR regulations. The contract includes a base period from December 1, 2025, to November 30, 2029, with an optional extension. Key requirements entail adherence to various specifications such as security and fire protection standards, water bottom removal from storage tanks, and the sampling and testing of petroleum products. Emphasis is placed on safety measures, proper handling of materials, and maintaining quality assurance in operations, including a reliable reporting system for fuel quantities. Further details include contract clauses, shipping conditions, inspection, and payment processes, emphasizing electronic submission of requests. The purpose of the solicitation is to ensure that contractors provide competent and compliant fuel services while adhering to federal guidelines and maintaining logistical integrity throughout the performance period.
    The document outlines a Request for Proposal (RFP) for fuel services at Naval Air Station Pensacola, Florida, under solicitation SPE603-25-R-0502. It specifies the need for a contractor to operate, maintain, and manage government-owned fuel facilities, emphasizing compliance with various regulatory and performance standards throughout the contract period from December 1, 2025, to November 30, 2029, with an optional extension until November 30, 2034. Key sections include instructions for offerors, specifications for services and prices, quality assurance provisions, and contract administration data. The contractor must implement safety protocols, maintain inventory controls, and ensure environmental protection measures. Pricing details for monthly operation fees are outlined, requiring bidders to submit detailed proposals that reflect the required services. The document emphasizes the importance of compliance with federal acquisition regulations and quality assurance standards, ensuring that all petroleum products handled meet governmental safety and quality requirements. Overall, the RFP serves to solicit competitive bids, ensuring transparency and regulatory adherence in fuel supply services for government operations at NAS Pensacola.
    The document primarily details the contact information for Matthew Sischo, associated with the Fuel Department at NAS Pensacola, specifically in the role of Contracting Officer Representative/Quality Assurance Evaluator (COR/QAE). The main purpose appears to facilitate communication regarding fuel management operations or related services at the site. No additional context or specific RFPs, grants, or proposals are provided in the document, suggesting it serves as a straightforward reference point for stakeholders needing to connect with Mr. Sischo for any inquiries or requirements related to fuel services at NAS Pensacola. The concise nature of the document indicates a focus on operational efficiency and accessibility of key personnel related to fuel management within the federal facility.
    The solicitation SPE603-25-R-0502 outlines a request for proposals (RFP) for the operation, maintenance, and management of Government Owned Contractor Operated (GOCO) retail/bulk fuel services at Naval Air Station (NAS) Pensacola, FL. The contract is set to commence on December 1, 2025, and continue through November 30, 2029, with an option to extend until November 30, 2034. Key aspects include adhering to specific performance work statements regarding security, safety, fuel management, sampling, and testing protocols for petroleum products. The contractor will be responsible for the quality assurance of operations and must comply with federal acquisition regulations. The included annexes cover various specifications from contract clauses to invoicing procedures, emphasizing rigorous compliance with legal standards. The document aims to procure reliable fuel services while ensuring environmental protection and operational efficiency, following government guidelines for contracts and procurement.
    Similar Opportunities
    CONTRACTOR-OWNED, CONTRACTOR OPERATED (COCO) RETAIL FUEL SERVICES IN ALTUS AFB, OKLAHOMA
    Buyer not available
    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 (AFB) in Oklahoma. The contract will involve the operation, maintenance, and management of fuel services, specifically for commercial-grade gasoline and diesel, over a base period from October 1, 2025, to September 30, 2029, with options for extensions through 2049. This procurement is crucial for ensuring a reliable fuel supply to support military operations while promoting small business participation, particularly targeting women-owned and service-disabled veteran-owned entities. Interested contractors must submit their proposals by March 26, 2025, and can reach out to Candice Ekwoge at Candice.Ekwoge@dla.mil or Dominique Vest at Dominique.1.Vest@dla.mil for further inquiries.
    Ship Propulsion Fuel (Bunkers)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the procurement of Ship Propulsion Fuel (Bunkers) for U.S. vessels at various global ports. This procurement includes Distillates and Residuals, specifically Commercial Marine Gas Oil (MGO), Intermediate Fuel Oils (IFO 180 and IFO 380), Very Low Sulfur Fuel Oil (VLSFO), and potentially MILSPEC products like JP5 and F76 for Navy ships, with deliveries scheduled from October 1, 2024, to October 31, 2025. The initiative is critical for maintaining operational readiness and compliance with environmental standards in military logistics, emphasizing quality assurance and rigorous documentation practices. Interested vendors must register in the SEA Card® Online program and can direct inquiries to Francis Murphy at Francis.c.Murphy@dla.mil or Jasper Pili at Jasper.Pili@dla.mil, with the ordering period commencing on October 1, 2024.
    Request for Information for Direct Delivery Fuel- COG 8
    Buyer not available
    The Defense Logistics Agency (DLA Energy) is seeking small businesses capable of supplying ground fuel requirements for various locations in Idaho, Montana, Oregon, and Washington through a Request for Information (RFI) titled SPE605-25-RFI-1004. The procurement is a 100% Total Small Business Set-Aside, aiming to gather information on suppliers who can provide approximately 20 million gallons of various fuel types, including Aviation Gas, biodiesel, and different grades of diesel and gasoline, across 187 line items. This initiative underscores DLA Energy's commitment to supporting small businesses while ensuring a reliable fuel supply for defense operations. Interested parties must submit a Capability Package detailing their qualifications by February 25, 2025, and can contact Ashley Koritzer at Ashley.Koritzer@dla.mil for further information.
    RFQ North West Field, Guam, 9,000 USG DS2 RDD 03/03-31/2025: Quotes due NLT 10AM Ft. Belvoir Time Monday, 02/24/2025
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting quotes for the supply of 9,000 USG of diesel fuel (Grade Number 2-D S15) for the North West Field in Guam, with quotes due by 10 AM Ft. Belvoir Time on February 24, 2025. The procurement requires compliance with stringent environmental regulations and specifications, including adherence to ASTM D 975 standards and the Clean Air Act, ensuring that the delivered fuel is free of contaminants and meets quality benchmarks. This fuel is critical for operations at Anderson Air Force Base, with projected deliveries scheduled from March 3 to March 31, 2025, necessitating coordination with designated Point of Contacts for logistical efficiency. Interested vendors can reach out to Brian Hobbs at Brian.Hobbs@dla.mil or 571-205-3420, or Candy Cross at CANDY.CROSS@DLA.MIL or 571-474-6137 for further information.
    DLA Energy FY25 Annual Procurement Forecast of Petroleum Acquisitions
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is announcing its Fiscal Year 2025 Annual Procurement Forecast for petroleum acquisitions, detailing the anticipated procurement of various petroleum products. The forecast includes estimates of 75.05 million barrels for bulk and PCS, 3.95 million barrels for IntoPlane, 2.03 million barrels for bunkers, and 2.41 million barrels for non-contract acquisitions, totaling approximately 83.44 million barrels. This procurement is crucial for supporting military operations and ensuring the availability of essential fuel supplies. Interested vendors should reach out to Ayodele Warburton at ayodele.warburton@dla.mil or 571-363-8969, or Kurtiss Beach at kurtiss.beach@dla.mil or (571) 767-4306 for further details.
    DLA ENERGY AEROSPACE JP-10 AND PF-1
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a Firm, Fixed-Price Requirements-Type contract to procure bulk propellants, specifically High Density Synthetic Hydrocarbon Type (JP-10) and Priming Fluid ALCM Grade (PF-1), for a five-year period from June 16, 2025, to June 15, 2030. The selected contractor will be responsible for the production, storage, and delivery of these propellants, adhering to strict military specifications and quality standards, with a minimum bulk storage capacity of 135,000 gallons and a production rate of 519 gallons per day. This procurement is critical for supporting U.S. defense and aerospace operations, ensuring the availability of essential materials for military readiness. Interested small businesses must submit their proposals by March 5, 2025, to Tammie Campbell at tammie.campbell@dla.mil, with all submissions following the guidelines outlined in the solicitation documents.
    CONTRACTOR-OWNED CONTRACTOR-OPERATED (COCO) FUEL STORAGE SERVICES IN PORT OF FUJAIRAH, UNITED ARAB EMIRATES
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking proposals for Contractor-Owned Contractor-Operated (COCO) fuel storage services at the Port of Fujairah, United Arab Emirates. The procurement aims to establish a facility capable of receiving, storing, and shipping aviation turbine fuel (JP-5/F44) and naval distillate fuel (F-76), with a total storage capacity of 765,000 barrels, including dedicated tanks for each fuel grade. This initiative is critical for supporting U.S. military operations overseas, ensuring reliable fuel management and compliance with stringent quality assurance standards. Interested firms must register in the System for Award Management (SAM) and the Joint Contingency Contracting System (JCCS), with the contract anticipated to commence on August 1, 2025, and run through July 31, 2029, with an option for an additional five years. For further inquiries, contact David Donald at david.donald@dla.mil or Careka Squire at careka.squire@dla.mil.
    See Amendment 5; SPE605-24-R-0204 DLA Energy Posts, Camps & Stations (PC&S) Japan PP 1.8G
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is seeking proposals for the procurement of various fuel products, specifically for military installations in Japan, under solicitation SPE605-24-R-0204. The contract encompasses a range of fuel types, including automotive gasoline and aviation turbine fuel, with delivery expected to commence from July 1, 2024, and continue through June 30, 2029. This procurement is critical for ensuring a reliable fuel supply to support U.S. military operations in the region, reflecting the importance of maintaining operational readiness. Interested vendors must submit their offers by March 11, 2024, and can direct inquiries to Mary Katherine Richardson at MARY.K.RICHARDSON@DLA.MIL or Candy Cross at CANDY.CROSS@DLA.MIL for further assistance.
    Rocky Mountain /West Coast / Offshore Program
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is soliciting offers for the Rocky Mountain / West Coast / Offshore Program, focusing on the supply of various bulk petroleum products, including naval distillate (F76) and aviation turbine fuels (JA1, JAA), to military installations. This procurement is open to unrestricted competition with a partial small business set-aside, emphasizing the importance of compliance with federal regulations and quality assurance provisions throughout the bidding process. The successful contractor will be responsible for ensuring timely delivery and adherence to specific delivery conditions, with submissions required via the Bulk Offer Entry Tool (OET). Interested parties can contact Donnie Conner II at Donnie.Conner@dla.mil or 571-992-3642 for further details, with the solicitation available for review in the associated documents.
    COG 3 PC&S Fuel Program 3.23 Basic Agreement SPE605-20-R-0233
    Buyer not available
    Combined Synopsis/Solicitation DEPT OF DEFENSE DLA ENERGY is seeking vendors who have the industry knowledge to handle high tempo and time-constrained requirements. They intend to enter into Basic Agreements with eligible contractors to supply and deliver fuel products, including diesel, gasoline, jet fuel, and AVGAS, within the DLA Energy COG 3 PC&S 3.23 program. This program requires vendors to provide ground fuel services to the Department of Defense (DoD) and Federal Civilian customers in various locations in Delaware, Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, West Virginia, and Washington DC. Additional requirements may emerge as determined by the Government's needs. Future requirements will be solicited through either a Request for Proposals (RFP) for a long-term contract (LTC) or a Request for Quotations (RFQ) for one-time purchase contracts, commonly known as One-Time Buys (OTBs).