Benelux 1.8L (PC&S) Ground Fuel Delivery 2026
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 Amendment 1 to solicitation SPE60526R0205 for Ground Fuel Delivery to Post, Camps & Stations (PC&S) in the Benelux region (Belgium, Netherlands, Luxembourg). This combined synopsis/solicitation seeks vendors to supply various fuel products. The offer response closing date has been extended to March 2, 2026, at 3:00 PM Fort Belvoir, VA time.
Scope of Work
This opportunity requires the delivery of specific fuel products, including Fuel Oil, Burner No. 2 (NSN 9140-00-247-4365) with an estimated quantity of 623,000 US Gallons, and Diesel Fuel, 10 PPM SULF (NSN 9140-015569156) with an estimated quantity of 20,000 US Gallons. Deliveries are for the Benelux region, with a place of performance noted as Casteau, Belgium. Bidders must provide a Fuel Source Data Sheet (Attachment 6) detailing countries of origin, quantities, and transportation modes.
Contract & Timeline
- Solicitation Number: SPE60526R0205
- Contract Type: Combined Synopsis/Solicitation (RFP) for Commercial Items
- Set-Aside: Full and Open Competition (Unrestricted)
- NAICS Code: 324110 (Fuel Oils)
- Period of Performance: May 6, 2026 – September 30, 2027, with a 30-day delivery carryover.
- Offer Due Date: March 2, 2026, at 3:00 PM Fort Belvoir, VA time (extended by Amendment 1).
- Offer Acceptance Period: 120 calendar days.
- Q&A Period: Concluded on February 9, 2026.
Submission & Evaluation
Offers must be submitted electronically via the Offer Entry Tool (OET). Vendors are required to register for an AMPS account and obtain the OET Vendor role (refer to Attachments 3, 4, and 5 for guidance). The contract will be awarded using a Lowest Price Technically Acceptable (LPTA) approach, considering:
- Factor 1: Technical Capability (Acceptable/Unacceptable)
- Factor 2: Past Performance (Acceptable/Unacceptable)
- Factor 3: Price (Lowest evaluated price by location) SAM registration is required prior to contract award.
Key Attachments & Requirements
Bidders must review several attachments, including:
- Attachment 1 (C QAPs): Details fuel specifications (e.g., EN 590 for diesel), environmental regulations, and Certificates of Analysis (COAs).
- Attachment 2 (E QAPs): Outlines Supplemental Quality Assurance Provisions for acceptance, inspection, and non-conformance.
- Attachment 7 (Supplemental Information): Clarifies terms on quantity variations, market escalator economic price adjustments, conversion factors, and detention rates.
Contacts: Caitlyn Varricchione (Caitlyn.Varricchione@dla.mil) and John Parson (john.parson@dla.mil).