AFSI MATOC ATG-R
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), specifically DCSO-COLUMBUS-DIVISION-2, has issued a Solicitation (SP4706-26-R-0003) for the Automated Tank Gauging – Replacement (ATG-R) project under the existing AFSI MATOC program. This opportunity is set aside for Small Business and requires bidders to be current AFSI MATOC contract holders with this office. The project aims to modernize DoD fuel management infrastructure by replacing obsolete ATG systems at various locations. Proposals are due by March 13, 2026, at 3:00 PM local time.
Scope of Work
The primary objective is the complete replacement of End of Life (EOL) or failing Automated Tank Gauge (ATG) systems with modern, updated, and fully integrated solutions. This includes:
- Design, procurement, configuration, integration, installation, system testing, and training for new ATG systems.
- Replacement of gauges for large bulk storage fuel tanks (>30K gallons) and Service Station (SSTA) tanks.
- Installation of Veeder-Root TLS 450 Plus, Varec RTU 8810 or 9810, or equivalent ATG systems.
- Measurement and reporting of product level, interface level/water level, product temperature, and product volume.
- Integration with existing site software for real-time fuel accountability.
- Removal of obsolete systems (e.g., MTS/Tempo Sonics, Varec RTU 8130, Pneumercator gauges).
- Compliance with Unified Facilities Criteria (UFC) 3-460-01 and other applicable regulations.
- Required deliverables include a Project Management Plan (PMP), Quality Control Plan (QCP), Site Survey Reports, Installation Design Packages, and As-Built Documentation.
Period & Place of Performance
- Period of Performance: Twelve (12) months from the date of award.
- Locations: Los Alamitos AASF, CA; Barnes ARPT ANG, MA; Will Rogers Field ANG (Oklahoma City), OK; Assault Craft Unit 5 (Camp Pendelton), CA; North Island NAS/ Coronado NAB, CA; Kings Bay NSB, GA; Charlotte ANG, NC; AASF Davenport, IA.
Contract Details
- Contract Type: Anticipated as a Firm Fixed Price (FFP), Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract.
- NAICS Code: 541330 (Engineering Services) with a size standard of $25.5 million.
- Set-Aside: Small Business.
- Eligibility: Must be a current AFSI MATOC contract holder with the issuing office.
Submission & Evaluation
- Proposal Due Date: March 13, 2026, 3:00 PM local time.
- Submission Method: Electronic copy via email to howard.merkle@dla.mil and mary.finotti@dla.mil.
- Questions Due Date: February 27, 2026.
- Evaluation Factors: Proposals will be evaluated based on Technical Approach, Management Approach, Past Performance, and Price. Technical Approach, Management Approach, and Past Performance are significantly more important than Price, utilizing a best value/trade-off source selection process. Proposals must be UNCLASSIFIED and adhere to specific formatting requirements.
Key Contacts
- Primary: Mary Finotti (Mary.Finotti@dla.mil, 614-693-0634)
- Secondary: Tyler Merkle (Howard.Merkle@dla.mil, 614-693-1666)