Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
ID: SPE60225R0702Type: Solicitation
Overview

Buyer

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

NAICS

Petroleum Refineries (324110)

PSC

LIQUID PROPELLANTS AND FUELS, PETROLEUM BASE (9130)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document outlines specifications and requirements for the Defense Logistics Agency's (DLA) procurement of aviation turbine fuels, particularly JP-5 and F-76, including guidelines for additives, sampling, testing, and compliance with environmental regulations. Key modifications to specifications include filtration and flash point testing protocols, limits on contaminants, and stringent requirements for sampling and testing processes to ensure quality and traceability of fuels supplied. For JP-5, requirements involve flash point thresholds, micro-separation analysis, and specified characteristics tailored to geographic locations, with particular amendments for delivery in regions such as California and abroad. Similarly, for F-76, contractors must adhere to environmental compliance while ensuring products meet or exceed military specifications, including rigorous testing for material and additive traceability. The overarching purpose of the document is to establish a comprehensive framework for the procurement and quality assurance of military fuels, addressing the need for uniformity across suppliers to meet Department of Defense standards. This document also underscores the importance of adhering to the latest specifications while providing a structured process for documentation and compliance verification, essential for maintaining operational standards in military logistics.
    The document constitutes a Minimum Cost Solution Bid Award Sheet for military fuel supply, dated May 22, 2025. It details contract awards for various fuel products, including JP5, JP8, F76, and JA1. The awards involve fuel deliveries to multiple destinations across Europe, highlighting quantities required, awarded quantities, delivery modes, and pricing structures. Key points include: - Awards are made to companies like CEPSA and Motor Oil Hellas Corinth, with pricing per unit provided alongside total quantities contracted. - The delivery methods primarily involve tankers and trucks, with specified percentages of demand allowed by mode. - The document references compliance with federal acquisition regulations and data protection instructions, indicating its formal nature in relation to government procurement processes. Overall, this file illustrates a comprehensive structured bidding process for military fuel procurement, ensuring competitive pricing and operational efficiency in meeting fuel supply needs for various military installations within Europe.
    The Minimum Cost Solution Bid Evaluation Sheet outlines proposals for the procurement of various fuel products (JP5, JP8, F76, JA1) under the AEM 25-R-0702 Force initiative. The document specifies bids from companies including CEPSA and Motor Oil Hellas Corinth, detailing the quantities required, bids prices, shipping modes, delivery rates, and total evaluation costs for multiple destinations. The focus is on cost-efficiency and adherence to federal guidelines, with distinct mode requirements for transportation (e.g., pipeline, tanker, truck). Each item is categorized, showcasing the set-aside and percentage of demand permitted by transport mode. This formal procurement process emphasizes compliance with FAR regulations and aims to secure fuel supplies for various military and logistical needs, enhancing operational readiness. The document serves both as an evaluation tool for bid comparisons and as a compliance check to ensure government standards are met in procurement practices.
    The document outlines the Minimum Laid-Down Cost Solution Contractor Summary for the AEM 25-R-0702 procurement, detailing awarded contracts for various fuel products (JP5, JP8, F76, JA1). It specifies quantities, bid prices, shipping destinations, and overall costs for contractors CEPSA and MOTOR OIL HELLAS CORINTH. Notably, CEPSA received multiple awards, with a substantial total quantity awarded for products F76 and JA1, amounting to approximately 48 million and 60 million, respectively, with costs nearing $149 million and $60 million. MOTOR OIL HELLAS CORINTH also secured significant contracts across different products. The document includes ordered item specifics, evaluation metrics, and compliance with federal procurement regulations. This comprehensive summary serves as an essential reference for stakeholders involved in defense logistics and procurement processes, elucidating the economic implications of military fuel acquisitions.
    The document comprises an amendment to Solicitation SPE602-25-R-0702, issued by DLA Energy, focusing on bulk petroleum products. Its primary purpose is to address questions raised by vendors regarding various aspects of the solicitation. Key clarifications include the inclusion of product quantities within total listings, the requirement for naming the source refinery alongside the shipping point, and the non-utilization of 8a and set-aside quantities due to the contracts being performed outside the U.S. Additionally, it specifies that deliveries for Jet A1 fuel must occur through pipelines, not trucks, and truck deliveries into the CEPS location are prohibited. The amendment asserts that all other terms and conditions of the original solicitation remain unchanged. This document is critical in ensuring that vendors understand the requirements and constraints of the bidding process while maintaining compliance with federal procurement standards.
    The document serves as an amendment to the solicitation for a contract involving bulk petroleum supply managed by DLA Energy. The primary objective is to update evaluation factors for proposals under FAR 52.212-2, specifically in the context of the solicitation SPE602-25-R-0702. Key revisions include enhancements to the technical evaluation criteria, which encompass compliance with solicitation requirements and various subfactors related to pricing and quality assurance. Offers will be evaluated based on technical acceptability and pricing, where the lowest evaluated price will consider product costs and additional delivery expenditures. Various proposal rounds will be conducted through the Offer Entry Tool (OET), allowing offerors to submit and revise bids, with a focus on compliance and cost-effectiveness. Additionally, administrative updates were made, such as changes to contact names in attachments and solicitation(s) dates. Importantly, all other terms and conditions remain unchanged, following standard federal procurement protocols to ensure clarity and efficient processing of bids within the framework of government RFPs.
    The federal solicitation amendment, SPE602-25-R-0702 Amendment 0003, outlines updates to existing contract terms as part of ongoing procurement processes. The key changes involve updating the naming conventions for previous amendments and replacing certain Federal Acquisition Regulation (FAR) clauses, specifically those pertaining to commercial products and services, to reflect recent revisions in 2025. Notably, the amendment incorporates Class Deviations 2025-O0003, which focuses on merit-based opportunities in federal contracts, and 2025-O0004, which revokes the Executive Order on sustainability. These modifications include the substitution of specific paragraphs in the contract terms and conditions, ensuring compliance with current governmental standards. The document maintains that all other terms and conditions of the original solicitation remain unchanged. The attached sheets list relevant documents, demonstrating transparency and adherence to procurement integrity. This amendment reflects the government's commitment to uphold regulatory standards in the acquisition process while promoting equitable opportunities for contractors.
    The document outlines an amendment to a federal solicitation and modification of a contract related to the supply of various fuel products. The amendment aims to update quantity requirements for fuels including Naval Distillate (F-76), JP5, JA1, and JP8 to specific volumes across several locations. Key adjustments include changes in total United States Government (USG) quantities for products F-76 (90,555,000 USG), JP5 (57,286,000 USG), JA1 (163,281,500 USG), and JP8 (21,015,000 USG). Additionally, updates to the quality assurance provisions (QAP) for the fuel specifications have been made. The updated specifications are provided in the attached documents, which inform potential contractors of the necessary compliance standards. Despite these changes, all other terms and conditions of the original solicitation remain unchanged. This amendment is essential for ensuring that the government has accurate supply chains for fuel products necessary for various operations, reflecting the dynamic nature of federal procurement processes.
    This document is an amendment to solicitation SPE602-25-R-0702, specifically Modification No. 5, issued by the DLA Energy for bulk petroleum products. The key modification involves updates to the delivery schedule for line item 0029 concerning the tanker delivery of JP8 fuel to Thule Air Base. The amendment specifies that the conductivity levels for the delivered fuel should meet a minimum standard of 450 pS/M after loading. The amendment aims to ensure compliance with updated technical requirements while all other terms and conditions of the contract remain unchanged. Contractors are instructed to acknowledge receipt of this amendment by specific methods to maintain their offers' validity. The document underscores the government’s flexibility and adherence to quality standards in procurement processes, emphasizing the importance of proper documentation and acknowledgment in federal solicitations.
    The document is an amendment to Solicitation SPE602-25-R-0702, issued for modifications related to fuel procurement contracts administered by DLA Energy. This amendment addresses questions from vendors regarding specific terms and conditions of the solicitation. Key clarifications include: 1. Quantities listed for products must be offered through specified pipelines. 2. Sources for Jet A1 offers must include both the Source Refinery and Shipping Point. 3. The AEM program does not utilize 8a and set-aside quantities due to work being performed outside the U.S. 4. Ingress points for pipeline and vessel deliveries are detailed in the solicitation. 5. Truck deliveries of JA1 fuel into CEPS are prohibited, except for specific Army supply routes. 6. DLA Energy will provide delivery schedules based on minimum and maximum parcel sizes. Overall, while this amendment provides essential guidance for vendors’ inquiries, it maintains that all other terms and conditions of the referenced solicitation remain unchanged. The purpose of this document reflects the government's aim to clarify requests for proposals and streamline communication with contractors involved in fuel supply logistics.
    The file is an amendment to a solicitation for the procurement of bulk petroleum products, specifically affecting Solicitation SPE602-25-R-0702. It updates evaluation criteria for offers, focusing on compliance with technical specifications and pricing evaluation methods, including factors related to technical acceptability, delivery, and pricing components. The key updates include revisions to the evaluation factors for award, clarifying the process for evaluating proposals, and adjustments to associated contract documents. Additionally, it outlines methods and timelines for submitting offers through the Offer Entry Tool (OET), emphasizing the importance of meeting specified requirements to avoid disqualification. The changes aim to enhance clarity in evaluation processes and maintain compliance with existing regulations, ensuring that only acceptable proposals are awarded contracts. Overall, the amendment serves to inform offerors of revisions and maintains the integrity of the procurement process.
    The document outlines the bid summary for the AEM 25-R-0702 Force procurement, focusing on fuel products JP5, JP8, F76, and JA1. It presents detailed information on awarded contracts from various companies, including CEPSA and Motor Oil Hellas, detailing volumes offered, awarded, and remaining, as well as contract values and laid-down costs. For F76, CEPSA and Motor Oil Hellas accounted for substantial volumes, with a total contract value exceeding $199 million. In the case of JA1, CEPSA and Motor Oil Hellas again won significant awards, summing to over $356 million. Product JP5 saw CEPSA awarded its full offered volume, while components from Motor Oil Hellas remained unawarded. Finally, JP8 saw mixed results regarding awards. Overall, the total volumes solicited for all products reached approximately 504 million, with awarded volumes around 332 million, indicating an effective procurement process addressing the needs of government programs. This summary reflects key insights into contract allocations for defense-related fuel procurement, illustrating robust participation from major suppliers.
    This document outlines procedures for submitting offers via the Bulk Offer Entry Tool (OET) for government procurement solicitations. It emphasizes establishing an OET account through the DLA Accounts Management and Provisioning System (AMPS), detailing how to apply for the necessary vendor role and ensuring proper company identification through the System for Award Management (SAM). Submissions must be in PDF format, include electronic signatures where necessary, and align with previously submitted attachments unless revised. Specific instructions for map coordinates to facilitate transportation rate calculations are also provided, stressing proper formatting. The document warns against third-party fee-based SAM registrations and encourages offerors to seek assistance from designated contacts for any registration or submission issues. Overall, it serves as a comprehensive guide to navigating the OET system and complying with government procurement requirements.
    The document focuses on the Defense Logistics Agency Energy's requirements for F-76 fuel traceability and certification procedures related to federal contracts. It details two key components: the F-76 Traceability Signature Page and the F-76 Synthetic Component Certification. The Traceability Signature Page serves to confirm that the supplied fuel complies with material composition standards, affirming that no unauthorized additives have been introduced. It mandates a signed statement by the contractor indicating adherence to Military Specification MIL-DTL-16884, which governs the fuel's formulation. The Synthetic Component Certification requires suppliers to attest that their synthetic fuels, produced through approved methods, remain unchanged in terms of production process and materials since the last Certificate of Analysis (COA). This includes stipulations regarding feedstock and manufacturing locations, ensuring no modifications are made that would affect quality or compliance. Overall, the document establishes stringent verification protocols for fuel suppliers, ensuring that military fuel standards are upheld for national defense operations, thereby guaranteeing operational integrity and safety in supply chains. The emphasis on certification highlights the government's commitment to maintaining quality assurance in defense logistics.
    The document outlines the free time and detention rates applicable to transport trucks, truck and trailer combinations, and sea vans (intermodal containers) for DLA Energy operations as of June 2024. It specifies that upon arrival, the contractor's vehicle will be guided to designated tanks for unloading, with a minimum of two hours of free time for trucks and three days for sea vans starting from the delivery notification. Detention compensation will be provided for government-caused delays beyond these timeframes. The document notes that any offers with less free time or detention rates not aligning with local averages will be deemed unacceptable. If free time or detention details are missing, it will automatically be considered unlimited. Additionally, invoices for detention costs are to be sent directly to the Contracting Officer. Overall, this document serves to clarify the logistical expectations and financial responsibilities surrounding the unloading of transport vehicles in a government contracting context.
    The Offer Entry Tool (OET) is a web-based platform designed for submitting offers in response to Requests for Proposals (RFPs) from the Defense Logistics Agency (DLA) Energy concerning petroleum products. The tool supports various bulk purchase programs and may be mandatory based on the solicitation. The OET process consists of several rounds: initial offers, interim rounds at the discretion of the contracting officer, and a final proposal revision before any price reduction. To participate, users must first obtain a CAGE code and create an account in the Account Management and Provisioning System (AMPS), with access taking 1-2 weeks. The OET account is tied to the user's CAGE code and requires regular logins and periodic password updates. Users must ensure their offers contain all required data to avoid errors and should familiarize themselves with corresponding solicitations. Best practices for submitting offers include real-time auto-saving, avoiding placeholder submissions, and keeping account information updated. For support, users can refer to an available user manual or contact the DLA Energy Bulk Technical Team or the specified contracting officer. This tool facilitates efficient procurement processes within the federal government’s energy supply chain operations.
    The document serves as a guide for federal and state/local agencies regarding the solicitation of proposals related to government contracts and grants. It outlines the processes involved in Request for Proposals (RFPs) and grants, including eligibility requirements and submission guidelines. Key sections detail the evaluation criteria for submissions, timelines for proposal reviews, and funding allocation strategies. The document emphasizes transparency, competition, and adherence to federal regulations, ensuring a fair selection process for vendors. Support resources for applicants are also highlighted, promoting accessibility and assistance throughout the application process. Overall, this file provides a comprehensive road map for stakeholders engaged in government contracting and grant opportunities, emphasizing compliance and efficiency in procurement practices.
    The document outlines the process for obtaining and formatting map coordinates for submission to the Office of Environmental Technology (OET) related to shipping points. It provides detailed steps to access Google Maps, locate the desired shipping point, and retrieve specific pier side coordinates. The instructions emphasize the necessity of converting these coordinates into a suitable format, removing decimal points, and correctly formatting them with degree symbols for submission. Additionally, the document includes tips for creating a degree symbol in Microsoft Word and setting up a keyboard shortcut for ease of future use. This guidance is crucial for ensuring accurate and compliant submissions in federal and state RFP contexts, facilitating effective logistical coordination and communication in government operations.
    The document outlines procedures and guidelines for submitting offers through the Offer Entry Tool (OET) in conjunction with the Offer Submission Package (OSP) utilized by the Defense Logistics Agency (DLA). It emphasizes that the structure of the OSP aligns closely with the OET, ensuring that vendors can navigate the two systems efficiently. Key sections of the OSP are mirrored in the OET, allowing for a direct flow of information when completed sequentially. Important best practices for vendors include addressing the "Shipping Point Physical Abilities" screen before submitting a detailed offer and utilizing help resources embedded within the OET. Additionally, resources such as the OET User Manual and contact information for technical assistance and contracting queries are provided. The overall intent is to streamline the offer submission process, enhance vendor support, and maintain communication throughout the offer lifecycle. These instructions cater specifically to ensuring compliance with federal procurement practices while aiding efficiency in logistics operations for the military.
    The document outlines the requirements for contract administration related to electronic funds transfers and hazardous material identification for federal contracts. Contractors must provide detailed bank account information for receiving payments via the Federal Reserve wire transfer system within five days of contract award. Any changes to this information need to be communicated 30 days in advance. Moreover, the document mandates that any hazardous materials supplied must be clearly identified and accompanied by a Material Safety Data Sheet, ensuring safety and compliance with federal standards. Additional clauses address corporate responsibility relating to tax liabilities, felony convictions, and compliance with various federal regulations such as the prohibition of contracting with entities involved in specific activities concerning Iran or those utilizing covered telecommunications equipment. The overarching purpose is to establish clear guidelines for contractors to follow, ensuring accountability, compliance with regulations, and effective management of federal procurement processes.
    The document outlines the administrative requirements for contractors regarding the electronic transfer of funds and compliance with various procurement regulations in Federal contracts. Section G details the obligations of contractors to submit bank account information for electronic payments, emphasizing the need for compatibility with the Federal Reserve Wire Transfer System. Changes in banking details must be communicated well in advance of their effectiveness. Subsequent sections cover the identification and management of hazardous materials, tax obligations for foreign procurements, and the use of alternative dispute resolution in case of contractual disputes. It mandates that contractors provide disclosures regarding telecommunications equipment and services, along with certifications related to business classification (such as small and disadvantaged businesses) for compliance with federal guidelines. Sections also emphasize the importance of transparency and accountability, requiring contractors to declare any tax liabilities or felony convictions. The overall purpose of the document is to ensure that contractors adhere to federal regulations throughout the procurement process, promote responsible handling of hazardous substances, and comply with financial requirements for federal contracting. This aligns with the government’s goals of maintaining fiscal responsibility, regulatory compliance, and safety in procurement practices.
    The document primarily discusses federal and state/local requests for proposals (RFPs) and grants aimed at providing funding and support for various projects. It outlines the procedures for submitting proposals, eligibility criteria, and the evaluation process for potential recipients. Key points include the significance of adhering to specific guidelines when applying, the requirement for detailed project plans, and the importance of demonstrating measurable outcomes and benefits to the community. Additionally, it emphasizes the necessity for collaboration among stakeholders and the integration of community needs in project design. The structured approach delineated is essential for fostering transparency and accountability within government funding initiatives, ultimately aiming to ensure that awarded projects effectively address identified needs and contribute positively to public welfare. The document serves as a comprehensive guide for prospective applicants navigating the complex landscape of government funding opportunities.
    The Defense Logistics Agency Energy (DLA Energy) is establishing a framework for Equal Value Exchanges (EVE) of fuel products between itself and designated Exchange Partners. An EVE allows the exchange of equal value petroleum products, accommodating for varying market values and price volatility. The agreement specifies a comprehensive template for these exchanges, detailing types of fuel exchanged (e.g., Jet A-1, JP5), specifications, quantities, market reference prices, and logistics such as locations and delivery dates. Payment terms highlight that while exchanges are non-monetary, any discrepancies in the quantity delivered versus lifted must be resolved through monetary requests, with payments due within 30 days. Additionally, security in the form of prepayment or a letter of credit may be required from the Exchange Partner. The agreement can be adapted through mutual consent, setting the stage for collaborative petroleum management under DLA Energy's authority. This document is vital for establishing operational efficiency and clarity in fuel exchanges between federal agencies and private partners, reinforcing the government's strategy in managing energy resources effectively.
    The document outlines the framework for establishing Equal Value Exchanges (EVE) of fuel between the Defense Logistics Agency Energy (DLA Energy) and participating companies. An EVE allows for the exchange of petroleum products of equal value while addressing market price fluctuations, enabling both parties to leverage global physical assets for mutual benefit. The agreement emphasizes that specific terms will be outlined within separate EVE agreements while adhering to the overarching contract terms. Key components of the EVE agreement include detailed specifications of products exchanged (such as Jet A-1, JP5, and F76), quantity estimations, pricing references, and methods of shipment. Payment terms stipulate settling any quantity discrepancies using market reference prices and establish timelines for exchanges. Notably, the Exchange Partner may need to provide security for the exchange, such as a letter of credit. In summary, this document serves as a comprehensive guide to facilitate structured fuel exchanges between DLA Energy and other entities, ensuring clarity in terms and conditions, compliance with military specifications, and financial accountability in transactions. The initiative underscores the government's effort to enhance resource management through collaborative partnerships in the petroleum sector.
    The document outlines the procedures and terms for conducting Equal Value Exchanges (EVE) of fuel products under the authority of the Defense Logistics Agency Energy (DLA Energy). An EVE allows parties to exchange equivalent quantities of petroleum products, considering market value variations and price volatility. The agreement establishes the framework for these exchanges, detailing the required specifications for fuel types, custody transfer points, shipment methods, and anticipated delivery dates. Additionally, the EVE agreements prohibit monetary transactions as part of the exchange, yet allow for financial settlements if quantities differ from those agreed upon, based on market reference prices. These exchanges require either prepayment or a letter of credit from the Exchange Partner to ensure security and mitigate financial risk. The agreement emphasizes compliance with military specifications and ASTM standards, ensuring the quality and requirements of the exchanged products are met. Overall, this document serves as a guideline for government and contractor interactions concerning fuel exchanges, promoting mutual benefit and strategic resource management.
    The Bulk Bid Evaluation Model (BEM), presented by Sean Lucas, outlines the framework for procuring large volumes of petroleum products through federal contracts. The model emphasizes optimizing procurement costs via mixed-integer linear evaluation, which assesses multiple factors including product pricing, transportation, storage, and any additional charges. Key socio-economic considerations are included to promote domestic participation, such as 8(a) reservations and HUBZone programs. The procurement will follow a structured evaluation process, with several rounds of offers aimed at achieving the minimum laid-down costs for various fulfillment requirements. The evaluation prioritizes both raw offered prices and comprehensive laid-down cost calculations, promoting fair competition among bidders. Further, the model establishes protocols for special small business set-asides and tiered pricing structures to encourage broadened participation in government contracts. For inquiries, stakeholders are directed to contact Sean Lucas at the provided email address. This document represents an essential component of federal efforts to enhance efficient procurement and support economic opportunities within the petroleum sector.
    The document serves as a solicitation for proposals to supply and deliver bulk petroleum products, specifically various types of fuel, under the jurisdiction of the Defense Logistics Agency (DLA) Energy. It outlines the solicitation number (SPE602-25-R-0702) and relevant dates for submission, indicating that the offer is unrestricted but encourages small business participation. The delivery requirements, quantities, and specific types of fuel—such as Naval Distillate (F76), Aviation Turbine Fuel (JA1, JP5), including their quality standards and delivery modes, are meticulously detailed. Furthermore, the solicitation provides information regarding mandatory registration with the System for Award Management (SAM) and emphasizes compliance with federal regulations such as debarment rules, potential penalties, and emergency contacts. Critical evaluation factors include tanker rates, transportation penalties, and specific product requirements based on delivery locations within NATO and relevant pipeline systems. The purpose of this solicitation is to procure fuel supplies efficiently while ensuring adherence to safety and quality standards, thus facilitating U.S. military operations globally.
    The document outlines the federal government solicitation SPE602-25-R-0702 for the acquisition of bulk petroleum products by DLA Energy, specifically focusing on various types of turbine and naval fuels. The solicitation is designed to be open to unrestricted competition, including provisions for small businesses, women-owned businesses, and veteran-owned enterprises. Key details include requirements for delivery (F.O.B. destination), quality specifications for each fuel type, and unique provisions for transportation and product compliance. Additionally, it sets forth rigorous evaluation criteria, including transportation penalties and mandatory security assessments prior to contract performance. The document emphasizes adherence to the FAR clauses and details registration requirements for vendors in the System for Award Management (SAM). Overall, this solicitation aims to ensure reliable procurement of fuel while adhering to safety, security, and quality standards essential for military and government operations.
    The document outlines a solicitation from DLA Energy for bulk petroleum products, specifically distillate fuel and turbine aviation fuels (JP5, JP8, and JA1). It includes procurement specifics including quantities, delivery locations, and performance periods, with an overall total estimated purchase of 726,100,500 UG6 of various fuels between July 1, 2025, and June 30, 2026. The acquisition supports military operations and includes provisions for small businesses, security assessments, and product specifications. Regulations on electrical conductivity levels for fuel, transportation evaluation penalties, and a requirement for registration in the System for Award Management (SAM) are emphasized. The document also highlights transportation methods, including bulk tanker and pipeline deliveries, and specifies stipulated delivery hours and conditions for acceptance. This solicitation aims to streamline the procurement process while ensuring compliance with safety, quality, and operational requirements in government contracts for energy resources. Overall, it represents a comprehensive framework for suppliers interested in participating in federal fuel procurement endeavors.
    The document outlines a government solicitation for the acquisition of bulk petroleum products managed by DLA Energy. It specifies a requirement for supplies, primarily naval distillate fuel (F76), aviation turbine fuel grades (JP5, JP8, and Jet A-1), and includes detailed instructions for offer submission and evaluation criteria. This unrestricted solicitation encourages participation from various business categories, including small and disadvantaged businesses. Important notes include submission guidelines via the Bulk Offer Entry Tool (OET) and mandates set forth by the System for Award Management (SAM), highlighting the cost-free registration process. Additionally, it details tanker rate evaluations, penalties for transportation conditions, and specifications for product quality, such as conductivity levels for certain fuel types. The document emphasizes compliance with military specifications and safe delivery practices, establishing a framework for both the procurement and operational roles of the contracted suppliers. The overarching purpose is to streamline the acquisition of essential fuel supplies while ensuring adherence to federal regulations and operational standards relevant to military and governmental operations. This solicitation reflects procedural transparency and promotes fair competition among vendors in sourcing critical energy resources for U.S. defense operations.
    The document is a solicitation from the Defense Logistics Agency (DLA) for bulk petroleum products, including various types of fuel—naval distillate (F76), aviation turbine fuel (Jet A-1, JP5, JP8). Issued on December 13, 2024, the solicitation (reference SPE602-25-R-0702) is open to both unrestricted and small business participants. It outlines requirements for fuel supply, stipulating quantities, delivery modes (tanker and pipeline), and specific product characteristics. Key provisions include delivery timelines (07/01/2025 - 06/30/2026) and technical specifications, such as electrical conductivity levels for fuel integrity. Additionally, there are conditions regarding evaluations and penalties related to transportation and a need for contractors to register with the System for Award Management (SAM) at no cost. Emphasis is placed on compliance with security protocols during delivery. The document serves as a vital directive for businesses looking to engage in government procurement, particularly in the energy sector, reflecting the government's ongoing efforts to secure necessary fuel supplies for military and governmental operations.
    Lifecycle
    Similar Opportunities
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Dept Of Defense
    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 for the 2026 Purchase Program. This procurement involves various bulk petroleum products, including Naval Distillate (F76), Aviation Turbine Fuel (JP5), and Aviation Turbine Fuel (JA1), with estimated quantities totaling over 291 million gallons across multiple delivery locations in Europe. The contract's delivery period spans from July 1, 2026, to June 30, 2027, with a mandatory use of the Bulk Offer Entry Tool (OET) for offer submissions, and the solicitation closing date is set for January 5, 2026, at 3 PM EST. Interested parties can reach out to Gerardo Gomez or Paul Johnson via email for further inquiries regarding the solicitation.
    Amendment 0006 to Solicitation Number SPE608-23-R-0200 1.3C Ship's Bunkers Program (SOUTHCOM)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting offers for the supply of Aviation Turbine Fuel, JP5, as part of Amendment 0006 to Solicitation Number SPE608-23-R-0200, specifically for delivery to Progreso, Mexico. This amendment reopens the JP5 requirements and introduces a cap on ancillary charges, stipulating that these charges shall not exceed 10% of the total contract price for fuel per delivery order, while also establishing successive closing dates for ongoing requirements until March 31, 2027. The procurement is critical for military operations, ensuring a reliable supply of fuel for aviation needs. Interested offerors must submit their proposals electronically by December 16, 2025, at 3:00 PM ET, including an Offer Data Sheet, Certificate of Analysis, and a Commitment Letter from the supplier. For further inquiries, contact Dennis Gomez at Dennis.Gomez@dla.mil or Kimberly Morgan at kimberly.d.morgan@dla.mil.
    Synopsis SPE605-26-R-0203, 1.6A Canada
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is preparing to issue a presolicitation notice for the procurement of aviation turbine fuel under solicitation number SPE605-26-R-0203, specifically for delivery to various sites in Canada. This acquisition involves two line items: approximately 5.2 million gallons of fuel to be delivered via bulk tanker in the East Region and about 4.1 million gallons via barge in the West Region, with a contract duration of five years starting April 1, 2026. The procurement is critical for military operations and will be awarded based on the lowest price technically acceptable offers, with vendors required to provide specific documentation upon solicitation release. Interested parties should direct inquiries to Jermaine Smith or John Parson and submit responses by December 19, 2025, to the designated email address.
    3.22 COG 2 Northeastern United States
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for fuel supply under the 3.22 COG 2 Northeastern United States program, specifically targeting small businesses. This procurement involves a Fixed-Priced, Requirements contract for various fuel products across Connecticut, Massachusetts, Maine, New Hampshire, and New Jersey, with a performance period from April 1, 2026, to March 31, 2029. The solicitation emphasizes the importance of submitting complete proposals, as incomplete submissions will be deemed unacceptable, and awards will be made based on the lowest total price per aggregate group. Interested vendors must submit their offers via the Offer Entry Tool (OET) by January 15, 2026, at 12:00 PM EST, and can direct inquiries to COG 2 at 2026COG2Solicitation@dla.mil or Kandace Wright at kandace.wright@dla.mil.
    DLA Energy FY26 Annual Procurement Forecast of Petroleum Acquisitions
    Dept Of Defense
    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.
    Attachments for 2.3 SOUTH DOMESTIC INTOPLANE Amendment 0006
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of Jet A fuel (with and without FSII) and Into-Truck Jet A fuel with FSII for Del Rio International Airport (KDRT) in Texas. The estimated total quantity required is 180,000 US gallons, with the contract period extending from the date of award through March 31, 2027. This procurement is critical for supporting the refueling needs of the Department of Defense and other government entities, ensuring operational readiness and efficiency. Proposals are due by November 6, 2025, at 5:00 PM EST, and interested vendors can contact Joseph Teye-Kofi at Joseph.Teye-Kofi@dla.mil or Jamika Forde at jamika.forde@dla.mil for further information.
    1.8A ITALY SOLICITATION 2025
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for a Fixed-Priced, Requirements contract to procure automotive gasoline, diesel fuel, and fuel oils for military operations in Italy, with a performance period from April 1, 2026, to December 31, 2028. Vendors must meet specific requirements, including holding valid licenses and providing documentation related to fuel sourcing and tax exemptions, as well as submitting offers via the Post Camps and Stations (PC&S) Offer Entry Tool (OET). This procurement is critical for ensuring a reliable supply of fuel to support U.S. Army, Air Force, Navy, and Department of Defense operations in the region. Proposals are due by November 14, 2025, at 3:00 PM EST, and interested parties can contact the primary solicitation office at 1.8AItaly2025Solicitation@dla.mil for further information.
    *SEE AMENDMENT #3: TIMELY COA Required: RFQ Tinian International Airport, 26,000 USG (JA1), RDD Jan 16, 18(DEADLINE TO PICK UP ISO CONTAINERS) 2026, QUOTES DUE DEC 16TH, 2025 AT 3PM EST FT. BELVOIR TIME
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting quotations for the delivery of 26,000 US gallons of Turbine Fuel, Aviation (Jet A1) to Tinian International Airport, Northern Mariana Islands, with a required delivery date of January 16, 2026. Vendors must ensure compliance with specific requirements, including the provision of Certificates of Analysis (COA) for each delivery, the use of a 4-inch Cam lock style connector for fuel issuance, and the removal of empty ISO-containers by January 18, 2026. This procurement is critical for supporting U.S. Marine Corps operations and is set aside exclusively for small businesses under NAICS code 324110. Quotations are due by 3:00 PM Ft. Belvoir Time on December 16, 2025, and interested parties should direct inquiries to Brian Hobbs at Brian.Hobbs@dla.mil or Luis Beza-Cay at Luis.Beza-Cay@dla.mil.
    SOLICITATION: SPE605-25-R-0220 (HAWAII, POSTS, CAMPS & STATIONS (PC&S) PP 3.10)
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for various fuel products, including distillates and residuals, to support Department of Defense and federal civilian agencies in Hawaii through Solicitation SPE605-25-R-0220. The procurement encompasses an ordering period from July 1, 2026, to June 30, 2029, with deliveries extending until July 31, 2029, and is structured as a fixed-price requirements contract with economic price adjustments. This opportunity is particularly significant as it includes a partial small business set-aside, allowing for competitive participation from smaller firms, and requires all proposals to be submitted via the DLA Energy PC&S Offer Entry Tool (OET) by December 23, 2025, at 8:00 AM EST. Interested parties can reach out to Hannah Savine at hannah.r.savine@dla.mil or Kimberly Binns at kimberly.binns@dla.mil for further information.
    Fuel Requirement - Erbil Diplomatic Support Center- Erbil, Iraq
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is soliciting proposals for the delivery of gasoline (Midgrade Unleaded) and diesel fuel to the Erbil Diplomatic Support Center in Erbil, Iraq. The procurement aims to secure a reliable supply of fuel essential for the operations at the center, with a focus on compliance with specific quality and delivery standards. Offerors, particularly Women-Owned Small Businesses (WOSB), must submit their proposals by January 7, 2026, at 9:00 AM EST, and are required to meet various documentation and registration criteria, including registration in SAM.gov and the Joint Contingency Contracting System (JCCS). For further inquiries, interested parties can contact Suttom Beshir or Orlando Rodriguez via their provided emails.