Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Defense Logistics Agency is seeking sources for laboratory testing services of government-owned petroleum products across CONUS. Interested parties must provide a capabilities statement by September 9, 2025, detailing their experience, financial stability, and ability to meet testing requirements. This is a Sources Sought Notice for planning purposes only.
This is a Sources Sought Notice only. This notice is issued for planning and market research purposes in accordance with Federal Acquisition 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. All information is subject to change and in no way binds the Government to award a contract.
Defense Logistics Agency (DLA) Energy - FESDB seeks to identify responsible potential sources and obtain information regarding possible sources who can provide laboratory testing services in multiple locations throughout the Continental U.S. (CONUS) region. The Contractor will be responsible for the laboratory testing of government-owned petroleum products in accordance with military specifications as described below and transportation of samples from contracted locations to the contractor’s laboratory.
Jet Fuels
Aviation Turbine Fuel, Grade JET A (Specification: ASTM D1655 latest version) and JET A-1, NATO F-35 (DEF Stan 91-091 latest version)
Aviation Turbine Fuel, Kerosene Types, Grade JP-8 NATO F-34 (Specification: MIL-DTL-83133, latest version)
Aviation Turbine Fuel, Grade JP-5 NATO F-44 (Specification: MIL-DTL-5624, latest version)
Aviation Turbine Fuel, Thermally Stable, Grade JPTS (Specification: MIL-DTL-25524 latest version)
Aviation, Gasoline, NATO F-18 ASTM D910. (latest version)
Diesel Fuels
Diesel Fuel, Navy Distillate NATO F-76 (Specification: MIL-DTL-16884, latest versions)
Diesel Fuel Oil, Grades: Ultra-low sulfur No.1 & No. 2, Low Sulfur No.1 & No. 2 (Specification: ASTMD975, latest version)
Diesel Fuel Oil, Biodiesel blends B6-B20 (Specification: ASTM D7467 latest version)
Marine Residual Fuel Oil Grade (RME-180, RMG-380, MGO) (Specification: ISO 8217 latest version)
Unleaded Fuels
Fuel, Automotive Spark Ignition Engine Grades (Specification: ASTM D4814, latest version)
Unleaded Gasohol, (Midgrade, Premium, Regular) Specification: ASTM D4814, (latest version)
Fuel Ethanol (E85) for Automotive Spark-Ignition Engines (Specification ASTM D5798 latest version)
Additives
Fuel System Icing Inhibitor, High Flash (FSII) (Specification: MIL-DTL-85470 latest version)
Corrosion Inhibitor (CI) (Specification: MIL-PRF-25017 latest version)
Lube Oils
Lubrication Oil, Steam Turbine and Gear (LTL) MIL Symbol 2190 (Specification: MIL-PRF-17331 latest version)
Lubrication Oil, LO6, MIL Symbol 9250, Shipboard Internal Combustion, High Output Diesel (Specification: MIL-PRF-6081 latest version)
Fuel Oil
Fuel Oil Reclaimed (FOR) (specification: MIL-PRF-24951 latest version)
These services are required to be performed within a certain time frame. Laboratory facilities must be located at the above-mentioned locations in order to perform the services required. Testing shall be completed within 12-48 hours and testing is required 24 hours per day, 7 days a week.
Maximum Turn-around Hours Chart
A Series 48 hours
B Series 36 hours
C Series 24 hours
Individual tests 24 hours
Expedite 18 hours
Secured Fuel Performance 8 hours
The period of performance would begin on March 15, 2026, through March 14, 2028 (two- year base), March 15, 2028, through March 14, 2030 (two-year option) and March 15, 2026, through September 14, 2030, potential (six-month extension). The North American Industry Classification System (NAICS) Code is 541380 and the size standard is $16.5 million.
Interested parties should respond to the following:
Interested parties may identify their capabilities by responding to this requirement by September 09, 2025, no later than 10:00 AM Eastern local Fort Belvoir time, Responses should be submitted via email and shall include a detailed capabilities statement answering the questions above. Responses shall be limited to 15 pages only. Only responses submitted via e-mail will be considered. Email responses to Ralph Dayougar, Contract Specialist at ralph.1.dayougar@dla.mil, include Karen Tom, Contract Specialist karen.tom@dla.mil on the email.
CONTRACTED LABORATORY SERVICES CONUS is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.