Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2025 SAM #8791
SOLICITATION NOTICE

M -- Fuels Management Services at Malmstrom Air Force Base, MT and FE Warren Air Force Base, WY

Notice Date
12/19/2025 8:23:56 AM
 
Notice Type
Presolicitation
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE603-26-R-05X7
 
Response Due
1/7/2026 9:00:00 AM
 
Archive Date
01/22/2026
 
Point of Contact
Carlos J. Vidro Martinez, Sonja Rocks
 
E-Mail Address
carlos.vidro-martinez@dla.mil, Sonja.Rocks@DLA.mil
(carlos.vidro-martinez@dla.mil, Sonja.Rocks@DLA.mil)
 
Small Business Set-Aside
SDVOSBS SDVOSB Sole Source
 
Description
Defense Logistics Agency (DLA) Energy will be issuing a Request for Proposal (RFP) for fuels operations and management to include bulk storage services, retail service station support, alongside aircraft services, and entire fuels management services at two Government-Owned, Contractor-Operated (GOCO) facilities, Malmstrom Air Force Base (AFB), MT and FE Warren AFB, WY. DLA Energy intends to issue one RFP for the two locations and award a separate contract for each location. DLA Energy intends to issue the RFP under full and open competition after exclusion of sources and the requirements will be 100% set aside for Service Disabled Veteran-Owned Small Business (SDVOSB) under NAICS code 493190 (Other Warehouse and Storage) in accordance with FAR 19.14. Firms submitting a proposal under this RFP must be certified as SDVOSB by the Small Business Administration in accordance with FAR 19.1403. The Contractor will ensure safe, accurate, and timely handling, quality control, and accountability of all Defense-Wide Working Capital Fund (DWCF)-owned petroleum products under their control. The Contractor will perform required maintenance to ensure facilities, associated systems, vehicles, and equipment remain operational to meet the base mission. The Contractor will comply with environmental protection, safety, and security directives. The Contractor will conduct required training to ensure personnel are fully qualified to perform Performance Work Statements (PWS) tasks. The Contractor shall conduct all necessary fuels operations to support base operations, airshows and special events, deployments, exercises, and contingencies under normal conditions, as well as, during periods of heightened security, inclement weather, or other unique situations. Operations must be safely and efficiently conducted to receive, store, transfer, issue, and account for fuel products with appropriate controls to ensure fuel quality, inventory accuracy, and no environmental impact. The Contractor is responsible for staffing, operations, maintenance, safety, security, environmental protection, training, contractor-furnished items, and Contractor Detailed Plans related to the fuels operations at the location. DLA Energy anticipates awarding two firm fixed-price contracts. The resultant contracts will include a four-year base period of performance with one five-year option in accordance with FAR 52.217-9. Additionally, an optional extension period not to exceed six months in accordance with FAR 52.217-8 will be included in the RFP. Interested firms may submit proposals for one location or both locations. DLA Energy anticipates issuing the RFP on February 26, 2026. The RFP will close about 40 days after posting. The RFP will be published electronically on the System for Award Management (SAM) website at https://sam.gov. Interested companies responding to the RFP are required to register in SAM prior to submitting a proposal. This is not an RFP or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/67d4cb9fdfe54c48b4bccf7650dd9666/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07671278-F 20251221/251219230032 (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.