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 a Combined Synopsis/Solicitation (SPE60526R0205) for Ground Fuel Delivery to Post, Camps & Stations (PC&S) in Belgium, Netherlands, and Luxembourg (Benelux). This opportunity, titled "Benelux 1.8L (PC&S) Ground Fuel Delivery 2026," seeks to procure various fuel products. Proposals are due March 6, 2026, at 3:00 PM EST.
Scope of Work
This solicitation procures six line items of fuel products, including:
- Fuel Oil, Burner No. 2 (FS2), with an estimated quantity of 623,000 US Gallons.
- Diesel Fuel, 10 PPM SULF (SFD), with an estimated quantity of 20,000 US Gallons. The contract period of performance is from May 6, 2026, to September 30, 2027, with an additional 30-day delivery carryover. Performance will occur in Casteau, Belgium, and other Benelux locations.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (RFP) for Commercial Items.
- Set-Aside: Full and Open Competition (Unrestricted).
- NAICS Code: 324110 (Fuel Oils).
- Response Due: March 6, 2026, at 3:00 PM EST (as extended by Amendment 0003).
- Published: February 25, 2026 (latest amendment).
Submission & Evaluation
Offers must be submitted electronically via the Offer Entry Tool (OET). Vendors must register for an AMPS account and obtain the OET Vendor role. The award will be made to the responsible offeror whose proposal is most advantageous to the Government, utilizing a Lowest Price Technically Acceptable (LPTA) approach. Evaluation factors include:
- Technical Capability (Acceptable/Unacceptable)
- Past Performance (Acceptable/Unacceptable)
- Price (Lowest evaluated price by location) SAM.gov registration is required prior to contract award.
Key Attachments & Provisions
Bidders should review several critical attachments:
- Attachment 1 - C QAPs: Details fuel specifications, including EN 590 conformance for diesel, testing requirements, and seasonal grades.
- Attachment 2 - E QAPs: Outlines Supplemental Quality Assurance Provisions covering point of acceptance, sample submission, inspection, and nonconforming supplies.
- Attachment 4 - PCS OET Vendor Guide & Attachment 5 - Requesting OET Vendor Role in AMPS: Essential guides for electronic bid submission.
- Attachment 6 - Fuel Source Data Sheet: Requires bidders to provide country of origin and supply chain details.
- Attachment 7 - Supplemental Information: Covers market escalator economic price adjustments, conversion factors, and delivery terms. Responses to vendor questions regarding pricing indices, invoicing, delivery, and contract start dates have been provided in previous amendments.