Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Defense Logistics Agency-Energy is soliciting proposals for fuel products, including gasoline, diesel, and aviation fuel, to support military exercises in the Pacific. This RFP is unrestricted and utilizes Simplified Acquisition Procedures. Proposals are due by August 4, 2025, and must be submitted electronically. The contract will span from September 2025 to May 2030.
1. This is a solicitation for commercial items prepared in accordance with the format in FAR Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation, submit written proposals only. Oral proposals will not be accepted.
2. This opportunity is UNRESTRICTED and NAICS 324110 size standards applies (1500), the contract resulting from this procurement will be a Fixed-Price with an Economic Price Adjustment Requirements Type Contract using the Simplified Acquisition Procedures (SAP) in accordance with FAR Parts 12 and 13. The solicitation SPE60525R0217 is issued as a Request for Proposal (RFP).
3. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were provided in full text. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-04 dated 11 June 2025; DFARS Change effective 17 January 2025; Defense Logistics Agency Directive (DLAD) effective, 6 September 2024; and Defense Logistics Agency Energy Procurement Instruction (DEPI) effective May 2025; up to Procurement Flash 2025-0080, effective 3 June 2025. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. DPAS rating for potential award is DO. The text of the referenced clause and provision in this solicitation may be accessed electronically in full text at https://www.acquisition.gov/ and https://www.dla.mil/acquistion/.
4. Defense Logistics Agency-Energy intends to procure fuel products to support military exercises in various locations throughout the Pacific Regions. All responsible vendor/contractor sources may submit proposal responses, which, if timely received, will be considered by the agency. Defense Logistics Agency-Energy is seeking to procure Gasoline Premium Unleaded (MUP) NSN: 9130-00-148-7104, Diesel Fuel Grade 2-D S5000 (DF2) NSN: 9140-00-286-7104, and Turbine Fuel Aviation Jet A-1 (JA1) NSN: 9130-00-753-5026 over 4 years and 8 month period in support of the INDOPACOM 1.6X OCONUS EXERCISES for exercise locations in the Philippines.
5. The period for acceptance of offers: Offerors agree to hold the prices in their offer firm for 180 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum.
6. Offer price should include all cost arising from performance of the contract requirement including applicable taxes and fees for which the US Government is not exempt. Offerors must submit pricing in unit/per USG (United States Gallons) format (United States American Dollar / USG); example ($0.0000/USG).
7. Offers must provide an offer in accordance with the RFP solicitation and Alternate offers for fuel and escalator price will not be accepted and will be excluded for award evaluation.
8. This is an open continuous solicitation with successive closing dates for DLA Energy INDOPACOM Posts, Camps and Station (PC&S) Purchase Program 1.6X requirements. The Government anticipates receiving new requirements throughout the performance period. Therefore, solicitation SPE605‐25‐R‐0217 will remain open until May 31, 2030, for any new Solicitation Line Item Numbers (SLINs) to be solicited. As new requirements are received, the Government will issue amendment(s) to the solicitation, with new closing dates for the new requirements, and afford all offerors an opportunity to compete for the new SLINs.
9. Description of Requirements: The description, quantities, location, delivery hours, equipment, and other details required for this solicitation are listed in ATTACHMENT A “SCHEDULE OF SUPPLIES”. Delivery of all other line items in the schedule of supplies shall be F.o.b. Destination.
10. Ordering Period: The ordering period for all contracts awarded under this solicitation will be 1 September 2025 through 31 May 2030. The delivery period ends 30 days after the last day of the ordering period, 30 June 2030. This contract includes an option period that if exercised would have an ordering period that starts 01 June 2030 through 31 December 2030. The options delivery period would end 30 days after the last day of the ordering period, 31 January 2031.
SPECIAL INSTRUCTIONS—PLEASE READ CAREFULLY
NOTE 1: Attachment F – Pricing & Options Submission Spreadsheet includes Tab 1 – Pricing and Tab 2 – Options.
Registration in the below systems is required by offer submission date and time.
Reference 52.212-1 Addendum Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023).
This solicitation requires your business to provide a proposal divided into four (4) volumes. Offerors shall read the solicitation and its instructions carefully to ensure their proposal aligns with the Government’s requirements. Ensure adherence to all requirements as stipulated in FAR 52.212-2 EVALUATION—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021). Offerors are further cautioned that not complying to the instructions that their proposal may not be further considered.
Offerors should thoroughly read and understand the terms and conditions contained in the solicitation. To be deemed responsive, offerors shall provide all documentation required by the solicitation. Failure to provide any information requested in the solicitation may preclude the offer from any further consideration. Offerors should ensure that the information contained in their offer is factual, accurate, and complete.
Responsive offers will also include submission of items required:
(b) Proposal Submission
Volume I: Compliance and Offer Letter
Volume II: Technical Proposal
Volume III: Price Proposal
Volume IV: Past Performance Proposal
(c) Proposal Format and Content:
Note 1: The offerors company name and solicitation shall be included/written in the email.
•Name of the Contracting Officer or customer
•Phone Number and email address of Contracting Officer or customer
•Contract Number/Name of the Project
•Dates of performance
•Brief summary of the nature of the work performed and dollar value. Offerors will also provide the section of the contract (redacting pricing as necessary) that identifies work that is relevant to the magnitude/scope of the stated requirement.
A contract awarded as a result of this solicitation will be a FIXED PRICE REQUIREMENTS CONTRACT WITH ECONOMIC PRICE ADJUSTMENT to the responsive and responsible offeror whose offer, conforming to the requirements in this RFP will be most advantageous to the Government, price and other factors considered. Award will be made based upon the following factors: Offer & Compliance, Technical Proposal, Price Proposal, and Past Performance. Please refer to FAR 52.216-1, TYPE OF CONTRACT (APR 1984) and FAR 52.216-21 REQUIREMENTS (OCT 1995).
FAR 52.212-2 EVALUATION—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Basis for award: The contract will be awarded to a responsive and responsible offer that is determined the best value (FAR 13.106-2 (4)(ii)) to the Government.
The award decision will consider non-price factors, when combined, as significantly more important than price.
Factor 1: Technical
Factor 2: Price
Factor 3: Past Performance
The Government will evaluate an offeror’s technical capability on an “Acceptable” / “Unacceptable” basis. To be considered “Technically Acceptable”, offerors shall provide all the following information (below). Proposals that do not provide all the information below will be rated “Technically Unacceptable” and will not be considered for award.
If sourcing from a location which blends several batches from more than one refinery source (terminal), vendors shall submit a current, full specification, Certificate of Analysis (COA), of that blended product.
Each line item will be evaluated and awarded independently from all other line items. Offerors shall submit pricing in United States Dollars (USD). Offerors shall use United States Gallons (USG) as their unit of measure.
In accordance with FAR 13.106-2(a)(ii), offer prices shall be inclusive of transportation charges from the shipping point to the delivery destination. Offerors are reminded that, in accordance with FAR Clause 52.229-6, all proposed unit prices shall include all applicable taxes and duties, except taxes and duties that the Government of the United Sates and the government of the country concerned have agreed shall not be applicable to expenditures in such country by or on behalf of the United States.
Also, pricing shall include all applicable taxes, fees, and/or duties, except taxes and duties that the Government of the United States is not exempt. It is the offeror’s responsibility to ensure all applicable taxes and fee are included in their offered price(s).
Proposed prices should reflect a clear understanding of the requirement(s) and is consistent with various elements of the requirement for which offered.
Note: While non-price factors are not evaluated under this specific section, the Government reserves the right to consider non-priced factors as described elsewhere in this solicitation when making the final award decision.
In accordance with FAR 52.217-7, the Government may require the delivery of the numbered line item, identified in the schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the end of the basic contract ordering period. Delivery of added items shall continue at the same rate that like items are called for under contract, unless the parties otherwise agree.
In accordance with FAR 52.217-6, The quantity increase for each Option line item will be 25% of the base contract line item quantity/requirement. For example, the quantity for the base line item is 25,000 gallons multiplied by 25% would equal an Option quantity of 6,250 gallons.
The total price of the Option will be calculated by multiplying the Option quantity by the Option unit price. An example of the calculation of total price of the Option is below.
Example: The Option quantity of 6,250 gallons multiplied by the Option unit price of $2.50/gallon = $15,625 which is the total price of the Option.
Each line item number for the base contract period (5-years) has a correlating Option line item number. In accordance with FAR 52.217-7, the ordering period for the Option line items (as identified in “Attachment F – Pricing & Options Submission Spreadsheet”) is: June 1, 2030, through December 31, 2030.
In accordance with FAR Part 52.217-5 Evaluation of Options, for award purposes, the total price for the Option line item will be added to the total price of the basic line item/requirement. Evaluation of option does not obligate the Government to exercise the option(s).
Example of the calculation of the evaluated price is below. The total Option (line item) price is $15,625 + the total price of the basic requirement is $62,500 = $78,125 which is the total evaluated price.
The total evaluated price, including options for quantity increases under FAR 52.217-6 and additional ordering period under FAR 52.217-7, and all other non-priced factors will be considered as part of the award decision.
The past performance evaluation is an assessment of the offeror’s recent and relevant past performance. The Government will evaluate an offeror’s record of recent and relevant past performance information as it pertains to the solicitation’s requirements on a “Pass”/”Fail” basis.
Recent past performance is defined as a past performance record performed within the last three years. Relevant past performance is the degree to which a recent effort accomplished by the offeror is similar to the effort to be acquired through this acquisition. In determining what is relevant for this acquisition, consideration will be given to those aspects of an offeror’s contract history that would give the greatest ability to measure whether the offeror will satisfy the current acquisition.
Past Performance information is not limited to what is provided by the offeror. The United States Government may use any means to gather past performance information which includes Contractor Performance (CPARS), Supplier Performance Risk System (SPRS), System for Award Management (SAM) / Federal Awardee Performance and Integrity Information System (FAPIIS) and other additional sources or methods.
In accordance with DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System (SPRS) risk assessments will be conducted.
A “Pass” rating means that based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.
A “Fail” rating means that Based on the offeror’s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort.
Examples of “Pass” ratings are below.
Example I: When reviewing a vendor’s information in CPARS, the adjectival rating is Satisfactory or higher.
Example II: When reviewing a vendor’s information in SPRS, the rating is “green”, “purple” or “blue”.
Examples of “Fail” ratings are below.
Example I: When reviewing a vendor’s information in CPARS, the adjectival rating is “marginal” or “unsatisfactory” would receive a “Fail” rating.
Example II: When reviewing a vendor’s information in SPRS, the rating is “yellow” or ” red”.
Note 1: In the case of an offeror without a record of recent and relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, in the context of acceptability, the offeor shall be determined to have a “Pass” rating.
Note 2: Each project/contract provided by the offeror (reference ii above) shall be both relevant and recent. Projects/contracts that are not both recent and relevant will receive a “Fail” rating for that project/contract.
A responsible offeror is one who meets the requirements under FAR Part 9 Contractor Qualifications.
Unbalanced pricing will be determined by comparing all ordering periods separately priced line items to each other. It is heavily encouraged that pricing is adequately explained if there is an appearance of unacceptable risk to the Government.
THIS SOLICITATION INCLUDES THE FOLLOWING ATTACHMENTS:
Attachment A – Schedule of Supplies
Attachment B – Govt Base Reference Indexes
Attachment C – Quality Assurance Provisions (C – QAPS)
Attachment D – Quality Assurance Provisions (E – QAPS)
Attachment E – DLA Energy Provision & Clauses
Attachment F – Pricing & Options Submission Spreadsheet
Proposals are due NLT 10:00 AM Eastern Standard Time Monday, 4 August 2025.
Send questions to Contract Specialist, Colleen Fantasia at Colleen.Fantasia@dla.mil and Kimberly Binns at Kimberly.Binns@dla.mil. Email proposals to the contract specialist and DLAEnergyFEPAB@dla.mil no later than RFP due date/time.
DLA ENERGY - RFP_SPE60525R0217 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.