See Amendment 7; SPE605-24-R-0204 DLA Energy Posts, Camps & Stations (PC&S) Japan PP 1.8G
ID: SPE605-24-R-0204Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Petroleum Refineries (324110)

PSC

FUEL OILS (9140)
Timeline
  1. 1
    Posted Jan 30, 2024, 2:52 PM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 2:00 AM UTC
Description

The Defense Logistics Agency (DLA) Energy is seeking proposals for the procurement of petroleum fuel products for military installations in Japan under solicitation SPE605-24-R-0204. This opportunity involves a requirements-type contract for various fuel types, including burner fuel oils, kerosene, and gasoline, with a performance period extending from the date of award through June 30, 2029. The procurement is critical for ensuring a reliable fuel supply to support U.S. military operations in the region, with specific delivery requirements and pricing adjustments based on market conditions. Interested offerors must submit their proposals by April 7, 2025, and can contact Mary Katherine Richardson at MARY.K.RICHARDSON@DLA.MIL or Candy Cross at CANDY.CROSS@DLA.MIL for further information.

Point(s) of Contact
Files
Title
Posted
The document outlines a schedule for the delivery of gasoline and fuel oil across multiple locations, including various military bases in Japan. Each item specifies the delivery address, quantity required, delivery mode (usually tank truck), and additional notes such as delivery hours and ticket requirements. Delivery requests must include specific details about the vehicles and operators involved.
This document outlines a government Request for Proposal (RFP) for the procurement of various quantities of automotive gasoline to be delivered to U.S. military installations in Japan from July 1, 2024, to June 30, 2029. Each item details specific quantities ranging from 17,000 to over 10 million gallons, tracked by National Stock Numbers (NSN) for each delivery point. The delivery addresses include locations such as Kadena Air Base, Okinawa Exchange, and Camp Butler, with stringent delivery conditions, including required metered delivery tickets, weekend and holiday service, and specifications for tank types and capacities. The document specifies operational details including delivery modes, such as tank truck transportation, and various delivery schedules across different military bases. Service codes and DODAACs (Department of Defense Activity Address Code) provide further identification and coordination for the deliveries. Overall, this RFP emphasizes the U.S. government's systematic approach to ensuring a reliable and compliant supply chain for automotive fuel, crucial for military functions in Japan, underscoring rigorous logistical and regulatory requirements while fostering contractor engagement in service provision.
Mar 28, 2025, 11:04 AM UTC
The document SPE605-24-R-0204 specifies base reference prices for various fuel types as of October 2, 2023, essential for federal RFPs and DLA Energy use. It lists specific products, including burner fuel oils, kerosene, and gasoline, alongside their respective Platts and EBS codes. The prices for the listed fuels are as follows: Fuel Oil, Burner (FJ1) at $3.0085 per US gallon, Fuel Oil, Burner (FJ3) and Kerosene (KJ1) at $2.9351 per US gallon, and Gasoline (MUR/MUP) at $2.4952 per US gallon. The prices reflect the latest market data, enabling government agencies and contractors to make informed purchasing and budgeting decisions. This document serves to standardize fuel pricing information, facilitating transparency and consistency in procurement processes across federal and local agencies.
Mar 28, 2024, 7:16 AM UTC
The document lists base reference prices for various fuel types as of October 2, 2023, detailing products such as burner fuel oil and kerosene, along with their associated Platts and EBS codes. Notable prices include $3.0085 for burner fuel oil (FJ1) and $2.9351 for kerosene (KJ1). Additional entries include gasoline with a reference price of $2.4952.
Mar 28, 2025, 11:04 AM UTC
The document outlines the user registration process for the Active Management Port System (AMPS) primarily for external users, including non-employees, vendors, and the public seeking to engage with the Defense Logistics Agency (DLA) or the Defense Finance and Accounting Service (DFAS). It provides detailed instructions on gathering necessary personal information, such as email, name, contact details, and answers to security questions, alongside stringent password requirements to enhance security. Users are prompted to identify a Security Officer and Supervisor for role approvals, particularly if they are military personnel, government employees, or contractors. The registration guide specifies steps for both Common Access Card (CAC) and Personal Identity Verification (PIV) card users, leading them through the login and registration stages while ensuring compliance with U.S. Government regulations. Ultimately, the document serves to facilitate account creation within AMPS, ensuring that all users meet the necessary security and identification protocols before gaining access to critical DLA and DFAS resources, reflecting broader government objectives related to cybersecurity and user management in federal operations.
Mar 28, 2024, 7:16 AM UTC
The document outlines the registration process for an AMPS account, available to non-employees, vendors, and the public, detailing password and security question requirements. Users must prepare a valid password of 15 to 32 characters that includes a mix of letters, numbers, and special characters, along with answers to three security questions. Additionally, specific information related to Security Officers and Supervisors is required for Military, Civilian employees, or Contractors, while public users need to provide basic personal details.
The document outlines the process for authorized Vendors to request the OET (Offer Entry Tool) Vendor role within the AMPS (Account Management and Provisioning System) of the Defense Logistics Agency. It details the access requirements, necessary information for the request, and emphasizes that the OET Vendor role is only accessible to External Vendors and Contractors. Additionally, it highlights user responsibilities regarding security monitoring and data privacy during the access process.
This document serves as a guide for authorized vendors seeking to request the OET Vendor Role through the Offer Entry Tool (OET) within the Automated Management and Procurement System (AMPS). It outlines the step-by-step process necessary for external vendors and contractors to gain access specifically for the Energy OET role. The process involves logging into AMPS, navigating the home screen, and submitting a request for the role after accepting the DLA Privacy Act Statement. Vendors must ensure their user type is designated as "Vendor" and their organization is noted as “DLA External” to successfully access the OET Vendor role. A justification for access is required, where vendors can briefly explain their purpose. Once the request is submitted, a confirmation email will be generated, including a System Authorization Access Request (SAAR) number for tracking the request’s approval status. This procedure is crucial for vendors looking to submit offers relevant to federal grants and RFPs, emphasizing compliance with necessary protocols within government procurement processes.
Mar 28, 2025, 11:04 AM UTC
The document outlines the vendor registration and bidding process for the Defense Logistics Agency-Energy (DLA-Energy) solicitation regarding fuel for Posts, Camps, and Stations (PCS). Vendors must register through the DLA-Energy Account Management and Provisioning System (AMPS) and receive a unique username and password to access the PCS Offer Entry Tool (PCS OET) for submitting bids. The process entails logging in, verifying company information, and entering bid data while selecting specific line items associated with the desired solicitation. Vendors can filter line items by state, activity, product, and mode, submitting their offers by attaching necessary documentation and adhering to any amendments or contractual requirements. The document emphasizes the importance of timely submissions and provides step-by-step instructions to ensure compliance. Ultimately, the initiative reinforces transparent procurement practices within government RFPs, enabling qualified vendors to participate effectively in the bidding process for government contracts.
Mar 28, 2024, 7:16 AM UTC
Vendors wishing to participate in DLA-Energy solicitations for fuel must register through the DLA-Energy AMPS system, after which they will receive a unique User Name and Password via email. Upon logging into the PCS Offer Entry Tool, vendors can view and select line items for bidding, enter their offers, and submit bids, ensuring they attach all necessary documentation. This process includes monitoring for security purposes, and all actions are subject to DOD regulations regarding authorized use.
Mar 28, 2025, 11:04 AM UTC
The solicitation SPE605-24-R-0204 pertains to the 1.8G Japan purchase program, covering the period from contract award in 2024 until June 30, 2029. It encompasses the delivery of goods within 48 hours post-award through July 30, 2029. The Offer Submission Package outlines necessities for bidders, including clauses on authorized negotiators, payment instructions, and contract compliance. Key sections detail transportation, payment processes, and representations regarding telecommunications equipment, notably prohibiting certain foreign telecommunications products due to security concerns. Offerors are required to furnish details about their banking arrangements, responsibility certifications, and disclosures related to any prior legal or administrative challenges. Additionally, the document emphasizes compliance with various federal regulations and the necessity for transparency regarding any potential conflicts of interest. This solicitation aligns with the federal government's procurement processes aimed at ensuring fair competition, accountability, and adherence to security protocols. Overall, it highlights the importance of contractual integrity and the need for contractors to meet specific regulatory requirements throughout the contracting period.
Mar 11, 2025, 7:05 PM UTC
The document outlines the Offeror Submission Package for Solicitation SPE605-24-R-0204, concerning the Purchase Program for 1.8G Japan. The solicitation spans from July 1, 2024, to June 30, 2029, with offers due by March 11, 2024, at 10:00 PM EST. It includes comprehensive instructions for offer preparation, including clauses on authorized negotiators and requirements for submission accuracy. Key components involve transportation logistics, particularly free time and detention rates for truck deliveries, and stipulations against using debarred transportation companies. Additionally, the document includes important sections on payment procedures, certifications regarding responsibility matters, and compliance with laws governing telecommunications services and equipment. It emphasizes the importance of independent price determination, disclosure of lobbying activities, and integrity certifications. The information aims to ensure transparency, legality, and accountability in federal contracting, particularly for telecommunications services and compliance with tax relief provisions. This solicitation reflects the government's stringent standards and controls in the procurement process, ensuring both security and operational effectiveness.
Mar 28, 2024, 7:16 AM UTC
The document outlines the Offeror Submission Package for the solicitation SPE605-24-R-0204, specifically for a purchasing program covering a period from July 1, 2024, to June 30, 2029. Offers must be submitted by March 11, 2024, and include various representations and certifications regarding transportation, pricing, and compliance with federal regulations. Failure to adhere to submission requirements and deadlines may result in non-responsibility determinations.
Mar 28, 2024, 7:16 AM UTC
The document recommends using Adobe Acrobat X or Adobe Reader X, or later, for optimal viewing of the PDF portfolio.
Mar 28, 2025, 11:04 AM UTC
The document in question pertains to the federal government’s requests for proposals (RFPs) and funding opportunities available through federal grants, as well as state and local RFPs. It outlines processes for government entities to solicit services and products from private contractors and organizations. Key elements include eligibility criteria, submission requirements, evaluation criteria, and timelines which applicants must adhere to when responding to these RFPs. It highlights the importance of compliance with federal regulations and guidelines throughout the application process, as well as the need for detailed proposals that demonstrate capability and adherence to project specifications. Additionally, the document underscores the role of these grants and contracts in fostering innovation and supporting local economies, ensuring public services are effectively delivered. Overall, the material serves as a resource for organizations seeking to engage with government projects and funding opportunities, promoting transparency and accountability in public procurement.
Mar 28, 2024, 7:16 AM UTC
The document advises users to open a PDF portfolio using Acrobat X or Adobe Reader X or later versions for optimal viewing. It also provides a prompt to download Adobe Reader.
Mar 28, 2025, 11:04 AM UTC
The document discussing federal government RFPs, federal grants, and state and local RFPs serves as a guide for understanding the procurement process within various governmental frameworks. Primarily, it outlines the steps involved in creating and responding to Requests for Proposals (RFPs), emphasizing the importance of adhering to federal regulations and guidelines. Key topics include eligibility requirements for grant applications, the documentation needed for RFP submissions, and strategies for successful proposal development. It also addresses the role of government agencies in evaluating proposals, awarding grants, and ensuring compliance with fiscal policies. The document highlights the necessity for transparency and accountability throughout the process, showcasing how proper management of funds can positively impact community initiatives. Overall, the focus is on facilitating efficient grant procedures and enhancing collaboration between government entities and potential contractors or grantees.
Mar 28, 2024, 7:16 AM UTC
The Price Data Sheet outlines key details for RFP # SPE605-24-R-0204, including a base reference date of January 16, 2023, and highlights the need for offerors to notify specified government contacts in case of technical issues with the OET system. It emphasizes the inclusion of all costs in offer prices and the importance of the Economic Price Adjustment clause for understanding price fluctuations during the contract period. Offerors are also directed to consult various provisions for comprehensive insight into taxes, fees, and exemptions.
Mar 28, 2025, 11:04 AM UTC
The Price Data Sheet associated with RFP # SPE605-24-R-0204 provides essential guidance for offerors submitting proposals for government contracts. The document outlines requirements concerning pricing, including a base reference date (October 2, 2023) and the necessity of including all associated costs—such as transportation and overhead—in the final offer price. Offerors are instructed to be aware of the Economic Price Adjustment (EPA) Clause for understanding potential contract price fluctuations throughout the contract period. Additionally, critical provisions regarding taxes and fees must be reviewed for compliance. The structure includes item numbers, delivery locations, base reference prices, differentials, and final offer prices across specified categories. Price adjustments post-award follow a systematic schedule based on average market prices. The file emphasizes important contact procedures for overcoming technical difficulties during proposal submissions, reinforcing the document's focus on ensuring accuracy and compliance in government procurement processes.
Mar 11, 2025, 7:05 PM UTC
The document outlines a federal procurement request for the delivery of various fuel types, including aviation turbine fuel and automotive gasoline, primarily to military bases in Japan. The request specifies quantities, delivery addresses, and operational parameters for each item, with contracts set to commence upon award on July 30, 2029. Each item (0210 to 0224) includes details such as escalation pricing references and base prices, delivery requirements (tank truck mode), and specific points of contact (POC) for coordination. Key points include: - Item 0210: 38,000 USG of aviation turbine fuel to be delivered to Yokota Air Force Base. - Item 0211: 198,130 USG of aviation turbine fuel for IHI Mizuho Works. - Item 0212 and others: Significant quantities of gasoline and fuel oil for various military facilities, with noted delivery hours and restrictions. The document serves as a detailed guide for contractors and suppliers tasked with fulfilling government fuel needs, reinforcing compliance with military standards and logistics for efficient service delivery within the strategic context of U.S. military operations in Japan.
Mar 28, 2025, 11:04 AM UTC
The document outlines the delivery specifications for several types of fuel, primarily targeting military installations in Japan. It details varying quantities, delivery addresses, performance periods, pricing structures, and service codes for items such as aviation turbine fuel, gasoline, and fuel oil. For instance, the contract periods extend until July 30, 2029, with specified escalation clauses based on market prices. Key deliveries include 38,000 gallons of aviation fuel at Yokota Air Force Base and larger volumes of gasoline across multiple locations such as Atsugi and Camp Courtney. Specific delivery modes involving tank trucks are highlighted, along with essential points of contact and delivery requirements that emphasize the necessity for special access and meter-based ticketing during delivery. The overarching purpose of this documentation relates to the procurement processes of the federal government, ensuring a reliable supply chain for fuel required by military operations while adhering to compliance, quality, and logistical standards. The information serves as a reference point for contracts concerning fuel deliveries to various military bases, facilitating operations within the stipulated terms.
Mar 11, 2025, 7:05 PM UTC
This document outlines Amendment 5 for the procurement of fuels, primarily focusing on automotive gasoline and aviation turbine fuel for various military bases in Japan, with a performance period from July 1, 2024, to June 30, 2029. It details multiple line items, specifying quantities and delivery addresses for each fuel type, including the operational protocols and contact information for delivery personnel. Key points include the delivery modes, which predominantly involve tank trucks, and specific delivery hours for each location, reflecting operational needs at military facilities such as Misawa Air Base and Yokota Air Force Base. Prices are associated with oil indices, and unique requirements such as special access or equipment specifications are noted for certain delivery points. The document is structured into sections for individual items—each with details on quantity, pricing escalation, delivery addresses, service codes, and tank specifications—emphasizing logistical coordination for fuel supplies. The purpose of this document aligns with government RFP processes, seeking efficient fuel delivery to military operations while ensuring compliance with local standards.
Mar 27, 2025, 4:05 PM UTC
This document outlines a series of federal requests for proposals (RFPs) related to fuel supply contracts for various military and government facilities in Japan. It details specific line items, service codes, and delivery locations for different types of fuel, including PLATTS Japan jet fuel and PLSPORE gasoil. Each entry specifies the quantity, delivery schedule, and offer price per gallon. The bulk of the proposals pertains to fuel deliveries to branches of the U.S. military, including the USAF, DOD, Navy, and Army, with quantities ranging from 21,135 to over 1 million gallons. Prices for these fuel types vary slightly, with jet fuel priced at approximately $2.34 to $2.35 per gallon and unleaded fuel around $2.12. Specific delivery dates are noted, emphasizing a regular schedule (1st and 3rd Mondays of each month). The purpose of this document reflects the government's need to procure reliable fuel sources for military operations, ensuring readiness and logistical efficiency. These proposals play a significant role in enhancing operational capabilities while managing costs effectively within federal regulations.
Mar 28, 2025, 11:04 AM UTC
This document serves as Amendment 4 to RFP SPE605-24-R-0204, detailing base reference prices for various fuel types as of January 20, 2025. It includes a table listing specific products, their respective Platts publication codes, EBS codes for DLA Energy use, base reference dates, and their prices in USD per US gallon. Notably, prices for different types of fuel oil, kerosene, and gasoline are provided, with each product aligning with a designated Platts publication for future price adjustments. The key directive is that offerors must use only the listed publications for pricing calculations, with contract prices subject to escalation or de-escalation biweekly based on a five-day average of specified Platts prices. The document emphasizes the necessity for adherence to the specified escalators for price evaluations, rejecting any alternative proposals. This framework is integral for ensuring consistent pricing adjustments and financial planning in the context of government procurement and energy supply management.
Mar 28, 2025, 11:04 AM UTC
The document outlines various service codes for fuel delivery contracts across military installations in Japan. It includes multiple line items specifying the type and quantity of fuel required, delivery locations, and associated offer prices. Key fuel types identified are Platts Japan Jet and UNL (unleaded), with specific volumes requested for locations such as Yokota Air Force Base, IHI Mizuho Works, and various Navy bases. The delivery schedule is consistently set for the 1st and 3rd Mondays of each month. The pricing varies slightly depending on fuel specification, with the values ranging from approximately $2.117 to $2.348 per gallon. This procurement document is part of federal Requests for Proposals (RFPs) related to fuel supply, serving the logistical needs of U.S. military operations in Japan. The consistent format reflects procedural rigor required in government contracts, aimed at ensuring adequate fuel supply to maintain operational readiness.
The document outlines specifications for the procurement of Aviation Turbine Fuel, Jet A1, under a contract managed by DLA Energy as of January 2025. It emphasizes that all supplied fuel must comply with applicable federal, state, and local environmental regulations, particularly noting instances where such requirements may exceed standard fuel specifications. The text specifies that the fuel must meet the latest version of ASTM D1655 and other relevant military specifications for aviation fuels, detailing acceptable additive compositions, such as Fuel System Icing Inhibitors and Corrosion Inhibitor/Lubricity Improver. It also outlines test criteria for fuel quality, including Microseparometer (MSEP) ratings necessary for compliance. Concerns regarding additives and mixtures are also addressed, particularly regarding their introduction to fuel and conditions for acceptance. The provisions ensure that contracts reflect stringent requirements for fuel quality, environmental responsibility, and compliance with safety standards, critical in the context of government procurement processes, highlighting a commitment to quality and regulatory adherence in aviation fuel supply operations.
Mar 28, 2025, 11:04 AM UTC
The document is the solicitation SPE605-24-R-0204 issued by the Defense Logistics Agency - Energy, which aims to procure various fuel products for the Department of Defense and military services in Japan. The ordering period spans from the date of award to June 30, 2029, with deliveries expected within 48 hours of award. The solicitation includes a combined synopsis for commercial items and outlines that the government seeks proposals under full and open competition for 208 line items, classified under NAICS code 324110 for petroleum refineries. Key elements include the submission deadline of March 11, 2024, and a question-and-answer period until February 29, 2024. Offerors must submit prices using the PC&S Offer Entry Tool and are required to be registered in multiple government systems. Economic price adjustments will be based on market prices using established escalation methodologies, ensuring that all bids are free of foreign taxes. The solicitation emphasizes the importance of adherence to the terms, with proposals evaluated for compliance with the outlined criteria. Overall, the document establishes clear requirements and procedures for businesses to fulfill government fuel needs effectively and competitively, highlighting the structure of the procurement process in a military context.
Mar 28, 2024, 7:16 AM UTC
The document outlines Solicitation SPE605-24-R-0204 for the Defense Logistics Agency's procurement of various fuel products to support military services in Japan from the date of award through June 30, 2029. Proposals are due by March 11, 2024, at 10:00 PM EST, with detailed instructions for submission, pricing, evaluation criteria, and regulations regarding economic price adjustments and compliance with federal contracting laws. Additionally, it emphasizes the requirement for bidders to have an active registration in the System for Award Management (SAM) and highlights special conditions including payment and tax considerations.
Mar 28, 2025, 11:04 AM UTC
The document serves as an amendment to solicitation SPE60524R0204, detailing important updates and modifications related to the submission of offers for a government contract. Key changes include the deletion of specific line items and substantial adjustments to the quantities required for various items, with updated figures indicated. The document also provides revised delivery addresses and tank specifications, ensuring that contractors have the most current details for fulfillment. Additional information addresses procedural queries raised during a question-and-answer period, including deadlines for submission of required documentation, guidelines on Offeror Representations and Certifications, and the need for price submissions through a designated system. All amendments must be acknowledged by the contractors, and any changes to previously submitted offers must follow established protocols. Overall, this amendment enhances clarity and facilitates compliance for interested contractors while maintaining the integrity of the solicitation process. This document exemplifies the federal government's structured approach to procurements, ensuring all stakeholders are informed of any changes that could affect their submissions.
Feb 14, 2025, 10:05 PM UTC
The document serves as an amendment to solicitation SPE60524R0204, detailing important updates and modifications related to the submission of offers for a government contract. Key changes include the deletion of specific line items and substantial adjustments to the quantities required for various items, with updated figures indicated. The document also provides revised delivery addresses and tank specifications, ensuring that contractors have the most current details for fulfillment. Additional information addresses procedural queries raised during a question-and-answer period, including deadlines for submission of required documentation, guidelines on Offeror Representations and Certifications, and the need for price submissions through a designated system. All amendments must be acknowledged by the contractors, and any changes to previously submitted offers must follow established protocols. Overall, this amendment enhances clarity and facilitates compliance for interested contractors while maintaining the integrity of the solicitation process. This document exemplifies the federal government's structured approach to procurements, ensuring all stakeholders are informed of any changes that could affect their submissions.
Mar 28, 2024, 7:16 AM UTC
The document details Amendment 0001 to solicitation SPE60524R0204, effective March 5, 2024, which includes significant updates to item quantities and accesses different line item changes including deletions and narrative modifications. It also outlines responses to inquiries regarding submission requirements and timelines, emphasizing the necessity for various documents to be included by the closing date of March 11, 2024. Attachments with an updated schedule and a price data sheet are provided.
Mar 28, 2024, 7:16 AM UTC
Amendment No. 0002 to Contract No. SPE60524R0204 extends the closing date for submissions to March 19, 2024, at 10:00 PM Eastern Time. All other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment as specified to prevent rejection of their offers.
Mar 28, 2025, 11:04 AM UTC
This document serves as an amendment to a solicitation under contract ID SPE60524R0204, specifically modification number 0002. The primary purpose of this amendment is to extend the submission deadline for offers to March 19, 2024, at 10:00 PM Eastern Time. Key sections of the document outline that all previously established terms and conditions remain unchanged, except for the specified modification. The amendment notes the requirement for contractors to acknowledge receipt of the amendment, either with their offer submission or via separate communication prior to the newly established deadline. The document is issued by DLA Energy, located at Fort Belvoir, VA, and it emphasizes the administrative nature of the changes made. This amendment reflects standard procedures typical in federal RFPs, reiterating the importance of adherence to deadlines and proper acknowledgment of modifications in the procurement process. Overall, it highlights the ongoing nature of soliciting offers while ensuring compliance with established federal regulations.
Mar 28, 2025, 11:04 AM UTC
This document constitutes an amendment to solicitation SPE60524R0204, specifically Amendment 0003. Key updates include corrections regarding the deletion of line items 0072 and 0097, clarifying that line item 0096 remains open for offers. Additionally, the quantity for line item 0024 has been increased from 500,000 to 680,000 gallons. Other line items—0030, 0035, 0051, 0098, 0138, 0142, 0144, 0145, and 0160—have updated quantities to align with the published schedule. An updated schedule has been attached to the solicitation and is accessible on sam.gov. The closing date for receiving offers remains set for March 19, 2024, at 10 PM Eastern time. Overall, the amendment serves to correct previous errors and refine the solicitation terms, ensuring clarity for potential contractors responding to the request for proposals.
Mar 28, 2024, 7:16 AM UTC
Amendment 0003 modifies Solicitation SPE60524R0204 by correcting prior amendments and updating line item quantities, including an increase for line item 0024 from 500,000 to 680,000 gallons. Line items 0072 and 0097 have been deleted, while various other quantities have been aligned with the published schedule. The closing date for offers remains unchanged at March 19, 2024, at 10 PM Eastern time.
Feb 14, 2025, 10:05 PM UTC
This document constitutes an amendment to solicitation SPE60524R0204, specifically Amendment 0003. Key updates include corrections regarding the deletion of line items 0072 and 0097, clarifying that line item 0096 remains open for offers. Additionally, the quantity for line item 0024 has been increased from 500,000 to 680,000 gallons. Other line items—0030, 0035, 0051, 0098, 0138, 0142, 0144, 0145, and 0160—have updated quantities to align with the published schedule. An updated schedule has been attached to the solicitation and is accessible on sam.gov. The closing date for receiving offers remains set for March 19, 2024, at 10 PM Eastern time. Overall, the amendment serves to correct previous errors and refine the solicitation terms, ensuring clarity for potential contractors responding to the request for proposals.
Mar 28, 2025, 11:04 AM UTC
The document is an amendment to solicitation SPE60524R0204, primarily reflecting changes and updates related to compliance with restrictions on Russian fossil fuel operations. Key changes include the removal of the "Evaluation of Offers Subject to the Utility Cost-Sharing Agreement" clause and the addition of new clauses DFARS 252.225-7966 and DFARS 252.225-7967, which outline prohibitions related to business operations involving Russian fossil fuel entities. These amendments emphasize that contractors must not engage in transactions with entities 50% or more owned by the Russian government or fossil fuel companies operating in Russia, except under specified conditions. The document asserts that all other terms of the original solicitation remain unchanged. The amendment aims to ensure compliance with the National Defense Authorization Act's provisions regarding Russian fossil fuel operations within federal contracts, thereby enhancing national security and economic considerations.
Feb 14, 2025, 10:05 PM UTC
The document is an amendment to solicitation SPE60524R0204, primarily reflecting changes and updates related to compliance with restrictions on Russian fossil fuel operations. Key changes include the removal of the "Evaluation of Offers Subject to the Utility Cost-Sharing Agreement" clause and the addition of new clauses DFARS 252.225-7966 and DFARS 252.225-7967, which outline prohibitions related to business operations involving Russian fossil fuel entities. These amendments emphasize that contractors must not engage in transactions with entities 50% or more owned by the Russian government or fossil fuel companies operating in Russia, except under specified conditions. The document asserts that all other terms of the original solicitation remain unchanged. The amendment aims to ensure compliance with the National Defense Authorization Act's provisions regarding Russian fossil fuel operations within federal contracts, thereby enhancing national security and economic considerations.
Mar 28, 2025, 11:04 AM UTC
The document formalizes Amendment 0005 to Solicitation SPE605-24-R-0204, extending the offer submission deadline to March 17, 2025, and adding new line items (0209 – 0222) to the existing solicitation. Responses to this RFP must be emailed to specified addresses, and new offerors must submit prior amendments and a completed Offeror Submission Package. The amendment updates various clauses related to federal contracting, particularly those addressing cybersecurity, Kaspersky Lab products, and environmental compliance. Key clauses enforced include measures for safeguarding information, particularly controlled technical information, and requirements pertaining to rapid reporting of cybersecurity incidents to the Department of Defense. The document emphasizes compliance with federal laws and regulations regarding contractor conduct, including limitations on purchasing and responsibilities concerning hazardous materials. This amendment is pivotal in ensuring contractors adhere to evolving regulations while promoting transparency and security in government procurement processes.
Feb 14, 2025, 10:05 PM UTC
The document formalizes Amendment 0005 to Solicitation SPE605-24-R-0204, extending the offer submission deadline to March 17, 2025, and adding new line items (0209 – 0222) to the existing solicitation. Responses to this RFP must be emailed to specified addresses, and new offerors must submit prior amendments and a completed Offeror Submission Package. The amendment updates various clauses related to federal contracting, particularly those addressing cybersecurity, Kaspersky Lab products, and environmental compliance. Key clauses enforced include measures for safeguarding information, particularly controlled technical information, and requirements pertaining to rapid reporting of cybersecurity incidents to the Department of Defense. The document emphasizes compliance with federal laws and regulations regarding contractor conduct, including limitations on purchasing and responsibilities concerning hazardous materials. This amendment is pivotal in ensuring contractors adhere to evolving regulations while promoting transparency and security in government procurement processes.
Mar 28, 2025, 11:04 AM UTC
This document is an amendment to a solicitation related to federal contracting, identified as SPE605-24-R-0204. The amendment primarily extends the offer submission deadline to April 7, 2025, at 10:00 PM Eastern Time. It introduces modifications to the line items within the contract, including the deletion of items 0209 and 0218, and the addition of items 0223 and 0220. All offerors must submit a Certificate of Analysis (COA) for jet fuel items and proposals via the Offer Entry Tool (OET). The document also outlines a period of performance from the date of award through July 30, 2029, and specifies updates to various Federal Acquisition Regulation (FAR) clauses pertaining to contract terms and required representations regarding compliance with federal laws and programs, especially in relation to small business classifications and ethics. The amendment emphasizes the necessity for offerors to acknowledge receipt of the amendment and comply with specified regulations, ensuring clarity and adherence to updated contract requirements. Ultimately, the document represents ongoing adjustments to ensure a transparent and compliant contracting process within federal procurement.
Mar 28, 2025, 11:04 AM UTC
This document serves as an Amendment to Solicitation SPE605-24-R-0204, detailing modifications to a federal contract. Key changes include the deletion of specific line items, updates to the Tank Narrative for relevant items, and the introduction of a new Price Data Sheet for submissions. The deadline for offers has been extended to April 7, 2025, at 10:00 PM Eastern Time. Additionally, essential clauses from the Federal Acquisition Regulation (FAR) have been updated, reflecting compliance requirements for contract terms, including those related to small businesses, labor standards, and restrictions on certain products and practices. The document outlines obligations for contractors regarding representation, certifications, and adherence to federal regulations, ensuring that the process aligns with current laws and mandates for commercial products and services. The overall goal is to maintain transparency and regulatory compliance while facilitating the procurement process through a structured amendment to the original solicitation.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sale of Surplus Property
Similar Opportunities
Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the annual bulk petroleum purchase for the Atlantic, Europe, and Mediterranean (AEM) region, specifically for the 2025 Purchase Program. This procurement aims to acquire various fuel types, including Naval Distillate (F-76), JP5, JP8, and Jet A-1, to support military operations across multiple locations in the AEM geographic area. The contract will cover a delivery period from July 1, 2025, to June 30, 2026, with a mandatory electronic submission process via the Bulk Offer Entry Tool (OET). Interested vendors must submit their proposals by January 14, 2025, at 3 PM EST, and can direct inquiries to Gerardo Gomez or Paul Johnson via their provided email addresses.
SOLICITATION: SPE605-25-R-0208 (ALASKA, POSTS, CAMPS & STATIONS (PC&S) PP 3.9)
Buyer not available
The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of various fuel products for the Department of Defense and federal civilian agencies in Alaska, under solicitation number SPE605-25-R-0208. The procurement encompasses a delivery period from October 1, 2025, to September 30, 2030, with specific requirements for fuel types and delivery methods, particularly addressing challenges at locations like Eareckson Air Station due to ongoing pier repairs. This opportunity emphasizes a partial small business set-aside, encouraging participation from small vendors while ensuring compliance with federal acquisition regulations. Interested parties must submit their proposals electronically via the DLA Energy Offer Entry Tool by May 12, 2025, at 10:00 PM EST, and can direct inquiries to Sandra A. Smallwood at sandra.smallwood@dla.mil or Kimberly Binns at kimberly.binns@dla.mil.
SOLICITATION COG 6 (3.26), CAMPS & STATION
Buyer not available
The Department of Defense, through the Defense Logistics Agency Energy, is seeking proposals for the procurement of various petroleum fuel products under solicitation SPE60523R0206, specifically for Posts, Camps, and Stations (PC&S). The procurement includes a total of 758 Contract Line Items (CLINs) for fuel types such as gasoline, jet fuel, and biodiesel, with a performance period extending from the date of award until May 31, 2028. This solicitation is set aside entirely for small businesses, with approximately 691 line items designated for small businesses and 67 for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of supporting these entities in government contracting. Interested offerors must submit their proposals by May 1, 2023, and can direct inquiries to primary contact Danette Stewart at danette.stewart@dla.mil or 571-363-8808, or secondary contact Matthew Womer at Matthew.womer@dla.mil or 571-355-4188.
2.3 EAST INTOPLANE DOMESTIC
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the procurement of various petroleum fuel products to support military and federal civilian operations at commercial airports across multiple states and territories, including Connecticut, Florida, and Puerto Rico. The solicitation, identified as SPE607-25-R-0201, requires offerors to deliver aviation turbine fuel, specifically Jet A-1, from October 1, 2025, to March 31, 2029, with strict adherence to quality and safety standards as outlined in MIL-STD-1548H. This procurement is critical for ensuring the operational readiness of government aircraft and compliance with aviation regulations. Interested parties must submit their proposals by May 23, 2025, at 1:00 PM EST, and can contact Jamika Forde at jamika.forde@dla.mil or 571-767-6959 for further information.
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.
DLA Energy Hawaii 3.10 Fuel Program Request for Information (RFI) SPE60525RFI1006
Buyer not available
The Defense Logistics Agency (DLA) Energy is issuing a Request for Information (RFI) SPE605-25-RFI-1006 to identify businesses capable of providing ongoing ground fuel support for the DLA Energy 3.10 Fuel Program across the Hawaiian Islands over a five-year period. The program anticipates the procurement of approximately 30 million gallons of various fuel types, including diesel, gasoline, and biodiesel, with specific compliance to federal, state, and local environmental regulations as outlined in associated specifications. Interested companies are required to submit their capabilities, including details on fuel supply, transportation methods, and socioeconomic program participation, by April 28, 2025, to the designated contacts, Hannah Savine and Kimberly Binns, at the provided email addresses.
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.
FUEL OIL RECLAIM (FOR) SALE RFP # SPE605-25-R-1000 AT PEARL HARBOR, HI
Buyer not available
The Defense Logistics Agency (DLA) Energy is soliciting offers for the sale of approximately 230,711 US gallons of Fuel Oil Reclaimed (FOR) located at Naval Supply FLC in Pearl Harbor, Hawaii. Interested parties are required to submit their bids by November 15, 2024, with the product available for pickup by November 29, 2024, under an "AS-IS" condition, emphasizing the importance of compliance with environmental regulations and safety standards. This procurement is crucial for managing surplus government property while ensuring adherence to established protocols for hazardous materials. For further inquiries, potential bidders can contact Luis Beza-Cay at Luis.Beza-Cay@DLA.mil or by phone at 808-265-2385.
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).
Presolicitation Notice for Turbine Fuel, Aviation for Various Locations in Jordan
Buyer not available
The Defense Logistics Agency (DLA) Energy is preparing to issue a solicitation for the procurement of Turbine Fuel, Aviation (JP8) for various locations in Jordan, with a total requirement of 42 million gallons over three years. This presolicitation notice indicates that the procurement will be open to all vendors capable of meeting the specified requirements, which include compliance documentation, quality control plans, and registration in the Joint Contingency Contracting System (JCCS). The fuel is critical for aviation operations in the region, underscoring its importance to military logistics. Interested vendors should prepare for the solicitation, which is expected to be posted on May 2, 2025, and are encouraged to contact Regina Daniels or Georgia Dotson for further information and to ensure their registration in the necessary systems.