SOURCES SOUGHT
M -- Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, Whiteman AFB, MO.
- Notice Date
- 12/10/2025 10:23:59 AM
- Notice Type
- Sources Sought
- NAICS
- 493190
— Other Warehousing and Storage
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE60326R5X15
- Response Due
- 12/26/2025 12:00:00 PM
- Archive Date
- 12/26/2025
- Point of Contact
- Joel McKinney, Phone: 5716232092, Gordon Braxton, Phone: 5714319618
- E-Mail Address
-
joel.t.mckinney@dla.mil, gordon.braxton@dla.mil
(joel.t.mckinney@dla.mil, gordon.braxton@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Sources Sought: SPE603-26-R-5X15, Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, Whiteman AFB, MO This is a Sources Sought Notice only. It seeks information from small business sources that can provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, Whiteman AFB, MO. The Government intends for multiple awards, and a single award will be made for each of the aforementioned locations. Offerors may propose on any or all locations. This notice is issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. This is not a Request for Proposal (RFP), a promise to issue an RFP or a promise by the Government to pay for information received in response to this notice or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract. For reference purposes, the System for Award Management (SAM) notification is SPE60326R5X15. Defense Logistics Agency (DLA) Energy, Bulk Petroleum Supply Chain Services, Domestic Storage and Services Division � FESAA seeks to identify potential qualified small businesses that can perform non-personal services to operate and maintain Government-Owned Contractor-Operated fuel facilities at Altus AFB, OK, Dyess AFB, TX, McConnell AFB,KS, Scott AFB, IL, Offutt AFB, NE, Whiteman AFB, MO. Interested firms should be able to provide all personnel, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, and account for petroleum products, as well as maintain the associated fuel facilities. DLA Energy will award six firm-fixed price contracts for a four-year base period of performance, beginning November 01, 2026, through October 31, 2030, with one five-year option from November 01, 2030, through October 31, 2035, and an option to extend the contract for six one-month extensions from November 01, 2035, through April 30, 2036. The awarded contracts will be subject to FAR 52.222-41 �Services Contract Labor Standards�, Service Contract Act of 1965, to include Collective Bargaining Agreement. The North American Industry Classification System (NAICS) Code is 493190 (Other Warehousing and Storage) with a size standard of $36.5 million dollars. The proposed solicitation is being considered under a small business set-aside program. The solicitation will be posted between January 2026 � February 2026 and will close about 30 days thereafter. The solicitation will be published electronically on the SAM website at www.sam.gov. Interested companies responding to the solicitation will be required to register in SAM and Wide Area Workflow (WAWF). In responding to this notice, please provide the following: 1. A company profile to include number of employees, office location(s), UEI/DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in System for Award Management (SAM) and Wide Area Workflow (WAWF) is required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel with appropriate clearances, if required. 3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contracts for similar fuels management requirements? If so, please provide the following information: 1. Contract Number 2. Name of Government Agency or Commercial Entity 3. Period of Performance 4. Dollar Value 5. Type of Contract (Fixed Price, Cost Reimbursement, etc.) 6. An explanation of services provided as they relate to GOCO fuels management 7. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed, and percentage 8. Address any past performance problems, and resolutions taken 4. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, type(s) of service your company would perform. 5. Does your company have experience with Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain in detail any experience your company has had interacting with labor unions. 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a five-year multiyear contract at one or more locations, in the event there are difficulties with invoice payments? Does your company have the financial capability to provide special purpose vehicles to meet the contract requirements for aviation and ground product services? Do you have an approved accounting system in place to adequately track expenditures? Please elaborate. 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? 8. Locations: Please identify specific sites for which you intend to submit an offer. Responses are limited to not more than 15 pages. The Government will use this information, in addition to other information obtained, to determine if this requirement will be procured as a small business set-aside. Information provided to the Government in response to this notice is voluntary. The Government will not pay for information received in response to this notice or any subsequent announcement related to this notice. All responses to this Sources Sought Notice are to be submitted by 3:00pm EST, Fort Belvoir, VA on December 26, 2025. Only responses submitted via email will be considered. Submit responses to the following email addresses: Joel McKinney at Joel.T.McKinney@dla.mil and Gordon Braxton at Gordon.Braxton@dla.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4aee5069304a42e6b3ca2b732c9e6ef6/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07662512-F 20251212/251210230041 (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 |