3.22 COG 2 Northeastern United States
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Defense Logistics Agency (DLA) Energy has issued a Solicitation (SPE60525R0222) for liquid propellants and fuels for the COG 2 PC&S Purchase Program across the Northeastern United States. This is a Total Small Business Set-Aside for a Fixed-Priced, Requirements contract with Economic Price Adjustment. Offers are due by January 29, 2026, at 12:00 PM Eastern Standard Time.
Scope of Work
This opportunity seeks to procure various fuel types, including Turbine Fuel, Aviation Jet, Gasoline, Diesel Fuel, Fuel Oil, Ethanol, and Biodiesel. Delivery is FOB destination to locations across Connecticut, Massachusetts, Maine, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, and Vermont. Detailed delivery requirements, periods of performance, and specific logistical notes are provided in Attachment B - Schedule.
Contract Details
- Contract Type: Fixed-Priced, Requirements contract with Economic Price Adjustment (EPA).
- Period of Performance: April 01, 2026, through March 31, 2029.
- Estimated Value: Approximately $205.1 million for 53.1 million gallons across 484 line items.
- Set-Aside: TOTAL SMALL BUSINESS SET ASIDE (FAR 19.5).
- NAICS Code: 324110 (Liquid Propellants And Fuels, Petroleum Base).
- Small Business Size Standard: 1500 employees or capacity to refine no more than 200,000 barrels per calendar day.
- Includes specific line items set aside for Service-disabled Veteran-owned Small Businesses (SDVOSBs) for VA and non-VA locations.
- An SBA waiver for the Non-manufacturer Rule applies to line items over the Simplified Acquisition Threshold.
Submission & Evaluation
- Offer Submission Deadline: January 29, 2026, at 12:00 PM Eastern Standard Time.
- Submission Method: Offers must be submitted electronically via the Offer Entry Tool (OET). Offerors must be registered in the PC&S OET application and request roles via AMPS. The new OET link is:
https://oet.energy.dla.mil/epst_oet/oet.html. Ensure the "Submit Bids" button is selected for formal submission. - Required Forms: Bidders must complete SF 1449 (Attachment H) and the Line Item Price Offer Sheet (Attachment A), providing pricing for all line items in an aggregate group for award consideration.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA) source selection process. Award will be made on an "all or none" basis by location. Offers must hold prices firm for 120 calendar days. Full compliance with solicitation requirements is expected; exceptions may lead to rejection.
Key Amendments & Notes
Multiple amendments (0001, 0002, 0003) have been issued. The latest, Updated Amendment 0003, extended the closing date and updated the OET User Guide (Attachment G). Previous amendments clarified requirements for Certificates of Analysis (COA) (only for MGO, BDI, JAA; BQ 9000 for BDI), removed certain CLINs (e.g., NY CLIN 0522), and modified documentation requirements for vehicle VINs and Fuel Source Data Sheets. Attachment I (Submission Checklist) details all required documents, including supplier/transportation agreements and a commitment letter. Attachment J provides special instructions on Economic Price Adjustments and delivery periods.