Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 20, 2025 SAM #8699
SOURCES SOUGHT

M -- Contractor-Owned Contractor-Operated Bulk Storage and Retail Services

Notice Date
9/18/2025 12:23:09 PM
 
Notice Type
Sources Sought
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE603-25-R-5X02
 
Response Due
10/3/2025 1:00:00 PM
 
Archive Date
10/18/2025
 
Point of Contact
Mark A. Laskoski, Phone: 7178316975
 
E-Mail Address
mark.laskoski@dla.mil
(mark.laskoski@dla.mil)
 
Description
DLA Energy COCO Fuel Services, Operations and Maintenance at Fort Campbell, KY This is a Sources Sought Notice only. It seeks information from potential sources that can provide fuel management services. This notice is also issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. No solicitation is being issued at this time. The amount of information available at this time is limited. The DLA Energy, Bulk Petroleum Supply Chain Services, Domestic Storage and Services Division, seeks potential sources to perform fuel operation, support operation, management and administration pertaining to provide Contractor-owned, Contractor-Operated (COCO) bulk storage and retail services at Fort Campbell, Kentucky. The bulk/retail services facility, at a minimum, will have the capacity to store 100,000 gallons of Aviation JP-8, 40,000 gallons of diesel, 40,000 gallons of mogas, and 10,000 gallons of E85. The Contractor shall be responsible for Above Ground Storage Tanks (ASTs) and associated systems to all sites and assume their operation and maintenance. The contractor will be additionally responsible to ensure safe and accurate receipt, storage, transfer, issue, quality control, and accounting for Defense Working Capital Fund (DWCF) - owned petroleum products under their control. Interested firms should be able to provide all manpower, equipment, and material resources as necessary to provide these services. No DLA Energy facilities are available for use at this location. All facilities, equipment, or materials furnished by the Contractor shall be suitable for retail/bulk dispensing of military fuel Aviation Grade F24, commercial gasoline, and commercial diesel products. No Government equipment or facilities will be provided to the Contractor and the service provider will not receive revenue until the aforementioned services are being performed. Responses are limited to not more than 5 pages. The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided to the Government as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 4:00 PM local Ft. Belvoir, VA time on October 3, 2025. Only responses submitted via e-mail will be considered. E-mail submissions to: mark.laskoski@dla.mil . Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history for (last 3 years), office location (s), DUNNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) 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 contract for similar fuels management requirements? If so, please provide the following: Contract number, Name of Government Agency or Commercial Entity. Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to COCO fuels management. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. 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 would you 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 any experience your company has had 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 four-year contract at one or more locations, in the event there are delays with the payment process? 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? Contracting Office Address: 8725 John J. Kingman Road Fort Belvoir, Virginia 22060-6222 United States Place of Performance: Fort Campbell, Kentucky United States
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1d5426429c5a4cd1a842a02988e241cb/view)
 
Place of Performance
Address: Fort Campbell, KY, USA
Country: USA
 
Record
SN07597195-F 20250920/250918230057 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.