2026 AFS RAMP - SUPPLEMENTAL FUEL PUMPIN

SOL #: 140L0226Q0008Solicitation

Overview

Buyer

Interior
Bureau Of Land Management
ALASKA FIRE SERVICE
FORT WAINWRIGHT, AK, 99703, United States

Place of Performance

Place of performance not available

NAICS

Other Commercial and Industrial Machinery and Equipment Rental and Leasing (532490)

PSC

Lease Or Rental Of Equipment: Construction, Mining, Excavating, And Highway Maintenance Equipment (W038)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 13, 2026
2
Submission Deadline
May 15, 2026, 10:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Interior, Bureau of Land Management (BLM), Alaska Fire Service (AFS), is soliciting proposals for Supplemental Into-Plane Fueling Services at the Fort Wainwright airport (Ladd Field), Alaska. This opportunity requires the rental of a bulk fuel truck with an operator to provide government-furnished Jet-A fuel to aircraft supporting wildland fire suppression and logistics aviation. The services are needed to supplement AFS's own fueling resources during periods of high fire activity, typically from May through August. This is an unrestricted acquisition. Quotes are due May 15, 2026, at 2:00 PM Alaska Daylight Time.

Scope of Work

The contractor will provide "Into-Plane Fueling Services" for various rotor-wing and fixed-wing aircraft. This involves receiving, transporting, and issuing government-owned Jet-A petroleum products. Services will be contracted on an as-needed basis for short, defined periods, with an initial minimum of seven days, reassessed daily thereafter. The primary objective is to support wildland fire suppression and logistics aviation operations at the AFS ramp on Fort Wainwright.

Key Requirements & Deliverables

  • Equipment: One (1) Jet-A 2,800-gallon or greater refueling truck, equipped with Fuel System Icing Inhibitor (FSII) capabilities, supporting both over-the-wing (OTW) and single-point fueling. The truck must meet NFPA standards and industry performance qualifications (e.g., EI Bulletin 1583, 1581) for fuel servicing equipment, including specific requirements for meters, hoses, and nozzles.
  • Staffing: One (1) experienced driver/fueler capable of covering operational hours (0800-2300).
  • Safety & Compliance: Adherence to National Fire Protection Agency (NFPA) 407 & 385 specifications, standard fuel quality control practices, and facility Spill Prevention Control & Countermeasures Plans (SPCC). Compliance with Interagency Standards for Fire and Fire Aviation Operations 2025 (Ch. 7) regarding duty hour limitations.
  • Spill Responsibility: The vendor is responsible for any fuel or vehicle fluid spills occurring on the AFS ramp.
  • Reporting: Daily submission of fuel pumped records to the Contracting Officer Representative (COR) and immediate notification of personnel or fuel quality control issues.

Contract Details & Timeline

  • Opportunity Type: Solicitation (RFQ Number 140L0226Q0008)
  • Contract Type: Anticipated single purchase order, Firm-Fixed Price.
  • Period of Performance: June 1, 2026, to September 30, 2026 (100 days), with services provided on an as-needed basis.
  • Set-Aside: Unrestricted.
  • NAICS Code: 532490 (Rental and Leasing of Construction, Mining, and Forestry Machinery and Equipment) with a $40 million size standard.
  • Published Date: April 13, 2026.
  • Quote Due Date: May 15, 2026, at 2:00 PM Alaska Daylight Time.

Submission & Evaluation

  • Submission: Quotes must be emailed to BLM_AK_AFS_PROCUREMENT@BLM.GOV. Submissions should be on the attached SF-1449 or company letterhead, including all pertinent point of contact information (SAM, Cage Code, Unique Entity ID, business size/type), unit price, and total price.
  • Eligibility: Offerors must be actively registered in the System for Award Management (SAM) at www.sam.gov by the closing date.
  • Evaluation: Award will be made to the Lowest Priced, Technically Acceptable (LPTA) responsible vendor. Evaluation factors include technical capability and past performance (when combined), followed by price. The relative importance of other factors compared to price will be determined by the Contracting Officer.

Contact Information

For questions, contact Michael Stewart or Cory Cornell via email at blm_ak_afs_procurement@blm.gov or by phone at (907) 356-5774.

People

Points of Contact

Stewart, MichaelPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 13, 2026
2026 AFS RAMP - SUPPLEMENTAL FUEL PUMPIN | GovScope