SPECIAL NOTICE
99 -- Propellant, Rocket Grade Kerosene (RP1, RP2 and RP2 Special Blend)
- Notice Date
- 10/14/2025 1:26:39 PM
- Notice Type
- Special Notice
- NAICS
- 324110
— Petroleum Refineries
- Contracting Office
- DLA ENERGY AEROSPACE ENRGY-DLAE-M JBSA LACKLAND TX 78236 USA
- ZIP Code
- 78236
- Solicitation Number
- SPE60126R0300
- Response Due
- 10/22/2025 12:00:00 PM
- Archive Date
- 11/06/2025
- Point of Contact
- Jessica Negron, Phone: 385-591-7701
- E-Mail Address
-
jessica.negron@dla.mil
(jessica.negron@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SYNOPSIS CONUS RP1 / RP2 SOLICITATION: SPE601-26-R-0300 DOCUMENT TYPE: PRE-SOLICITATION NOTICE OFFICE ADDRESS: Defense Logistics Agency Energy, Aerospace Business Unit (DLA Energy-FEM), ATTN: Jessica Negron, 1525 Wurtsmith Street, BLDG 5730, San Antonio, Texas 78226 CLASSIFICATION CODE: 91 � Fuel, Lubricants, Oils, and Waxes NAICS CODE: 324110 PSC CODE: 9130 POC: Jessica Negron, Contracting Officer, Phone: (210) 517-5003, EMAIL: Jessica.Negron@dla.mil INTRODUCTION: This pre-solicitation notice issued by the Defense Logistics Agency (DLA) Energy-FEM- San Antonio, Texas. This is NOT a solicitation for proposal. No awards will be made from the responses to this announcement. The Defense Logistics Agency Energy (DLA Energy), as the Department of Defense (DOD) Integrated Material Manager (IMM) for Aerospace Energy products and related services has a 60-month requirement for the production, storage of bulk product and drummed of following products listed below. The Contractor shall provide all product, materials, supplies, management, tools, equipment, and labor necessary for the production of product on an F.O.B. origin basis. PRODUCT: RP-1 Bulk (NSN 9130-01-666-4530), IAW MIL-DTL-25576F, Propellant, Rocket Grade Kerosene, dated 24 May 2023 Estimated Quantity: 500,000 gallons RP-2 Bulk (NSN 9130-01-666-4547), IAW MIL-DTL-25576F, Propellant, Rocket Grade Kerosene, dated 24 May 2023. Estimated Quantity: 35,000 gallons RP-2 Special Blend (NSN 9130-01-644-2509), IAW MIL-DTL-25576F, Propellant, Rocket Grade Kerosene, dated 24 May 2023. Estimated Quantity: 100,000 gallons RP Drumming (NSN 9130-SE-00-00256), IAW MIL-DTL-25576F, Propellant, Rocket Grade Kerosene, dated 24 May 2023. Estimated Quantity: As needed. RP-1 Bulk Storage (NSN 9130-SE-00-00276), IAW MIL-DTL-25576F, Propellant, Rocket Grade Kerosene, dated 24 May 2023. Estimated Quantity: 60EA RP-2 Bulk Storage (NSN 9130-SE-00-00276), IAW MIL-DTL-25576F, Propellant, Rocket Grade Kerosene, dated 24 May 2023. Estimated Quantity: 60 EA?? RP-2 Bulk Storage (NSN 9130-SE-00-00276), IAW MIL-DTL-25576F, Propellant, Rocket Grade Kerosene, dated 24 May 2023. Estimated Quantity: 60 EA In addition to the reports required elsewhere within this requirement, one copy of a Certificate of Analysis for each sample required by the specification, shall be submitted as an attachment to the applicable Invoice, Wide Area Workflow (WAWF) Combo document or documented on the WAWF Statement of Quality tab. STORAGE: BULK STORAGE: Contractor shall provide bulk storage for RP-1 as follows: Minimum of 100,000 U.S. gallons of RP-1 bulk storage is required. Minimum of 10,000 U.S. gallons of RP-2 bulk storage is required. Minimum of 10,000 U.S. gallons of RP-2 SB bulk storage is required No individual storage tank capacity of less than 10,000 U.S. gallons RP-1. The capability to transfer product between storage tanks is required. The storage tank system shall be capable of meeting all technical requirements defined in the clause titled DRUM STORAGE: Contractor shall provide an area to store up to (10) RP-1, (10) RP-2 drums and (10) RP-2 SB drums. Contractor shall provide storage area secure from weather and accessible only by authorized personnel. PRODUCT DELIVERY: Government will provide tank trucks and/or ISO containers from approved sources for load-out of bulk RP-1/RP-2/ RP-2 SB from DLA-owned inventory. a) Government will schedule bulk loadouts at least 7 days in advance. b) Government requires access for loadouts, Monday through Friday, from 0700 to 1900 hours daily. c) Contractor shall have the capability to load-out at least 3 tank trucks or ISO containers per day, per stated access for loadouts. 1) This requirement includes the ability to sample, complete laboratory analysis and provide test reports to allow release for delivery of all loaded tank trucks and/or ISO containers within the access hours stated in this paragraph. 2) Contractor shall be required to perform conveyance inspection and flushing prior to loading RP-1 / RP-2 / RP-2 SB per Contacting Officer Instruction CONTRACTOR INSPECTION AND QUALITY ASSURANCE RESPONSIBILITIES (RP FUELS) (AEROSPACE ENERGY) DRUM LOAD-OUTS: The Government will provide at least 7 calendar days advance notification for drum loadouts from DLA owned inventory. a) Government requires access for carriers to pick up drums for shipment, Monday through Friday, from 0700 to 1600 hours daily. b) Drums shall be palletized and secured (banded) for shipment. INSPECTION AND ACCEPTANCE: It is the responsibility of Contractor to deliver bulk RP-1 / RP-2 / RP-2 SB production into a Contractor provided storage facility where inspection and acceptance will be accomplished at the tank. New RP-1 / RP-2 / RP-2 SB production may be introduced into tank(s) that are not empty and contains Government owned on-specification inventory. If a new RP-1 / RP-2 / RP-2 SB production batch is introduced to existing Government owned on-specification inventory and is found to be off-specification, the Contractor will assume responsibility and replace at no cost to the Government on a one-for-one gallon basis in the amount of Government owned inventory that was thrown off-specification when commingled with a new RP-1 / RP-2 / RP-2 SB production batch. ENERGY AEROSPACE SUPPORT POINT: The Contractor�s storage site shall be designated as a Defense Fuel Support Point (DFSP) and shall require the documentation and submission of reports for accountability and control of DLA-owned RP-1 / RP-2 / RP-2 SB per the terms of the clause titled RESPONSIBILITY FOR GOVERNMENT-OWNED RP-1 / RP-2 / RP-2 SB. LABORATORY SUPPORT (BULK RP-1 STORAGE)/ PRODUCT QUALITY SURVEILLANCE REQUIREMENTS: The Contractor shall provide laboratory services to perform analysis of RP-1 / RP-2 SB samples in accordance with the Contracting Officer Instruction titled QAP E1.16 CONTRACTOR INSPECTION AND QUALITY ASSURANCE RESPONSIBILITIES (RP FUELS) (AEROSPACE ENERGY). The Contractor is also responsible for providing sample containers, performing sampling, delivering samples to the laboratory, and issuing quality Certificate of Analysis. The Contractor will also be responsible for performing all sampling and laboratory testing of DLA-owned RP-1/RP-2/ RP-2 SB stored and distributed from the Contractor�s storage facility in accordance with the quality requirements of the Contracting Officer Instruction titled CONTRACTOR INSPECTION AND QUALITY ASSURANCE RESPONSIBILITIES (RP FUELS) (AEROSPACE ENERGY). The contractor shall also prepare all documentation and systematically process related to inventory as stated in Contracting Officer Instruction titled INVENTORY CONTROL RECORD AT CONTRACTOR DEFENSE FUEL SUPPORT POINTS (AEROSAPCE ENERGY). BULK RP-1 LOAD-OUTS: Government will provide tank trucks and/or ISO containers from approved sources for load-out of bulk RP-1 from DLA-owned inventory. 1) This requirement includes the ability to sample, complete laboratory analysis and provide test reports to allow release for delivery of all loaded tank trucks and/or ISO containers within the access hours stated in this paragraph. 2) Contractor shall be required to perform conveyance inspection and flushing prior to loading RP-1 per the clause titled E1.16 CONTRACTOR INSPECTION AND QUALITY ASSURANCE RESPONSIBILITIES (RP FUELS) (AEROSPACE ENERGY) (DLA ENERGY AUG 2014). LOAD REPORT (BULK ONLY): Load Report shall be prepared for each tank truck and/or ISO container loaded DLA-owned inventory. Period of performance is 01 February 2026 to 31 January 2031. Offers must be able to provide the above listed products in support to the DLA Energy customer, but this requirement will be competed amongst other small businesses that can offer these products. As stated under Federal Acquisition Regulation (FAR) 6.302-1(b)(1)(i), statutory authority for this contracting action is 41 U.S.C.�3304(a)(1). The head of an agency may use procedures other than competitive procedures when there is a reasonable basis to conclude that the agency�s minimum needs can be satisfied by only one supplier with unique capabilities to meet the entire requirement. The Government intends to award a Firm-Fixed Price Type Requirements Contract with a 60-month period of performance using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items procedures. Award will be made to the offeror(s) determined to be the Best Value to the Government, price and other factors considered, using the Lowest Priced Technically Acceptable Source Selection Process, in accordance with FAR 15.101-2. Subject solicitation will be issued on or about October 22, 2022. For additional information and/or to communicate concerns, please contact Jessica.Negron@dla.com. For questions regarding Small Business or Small Disadvantage Business affairs contact DLA Small Business Office at dla.energy.osbp@dla.mil or 703-767-9400.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a5a8e5a4faf4459d95f0f96b0ddcff22/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07617783-F 20251016/251014230033 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |