COCO Fuel Operations at Fort Rucker, AL
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.
The Defense Logistics Agency (DLA) - Energy will be issuing a Request for Proposal (RFP/Solicitation) for Contractor-Owned Contractor Operated (COCO) retail fuel dispensing services for Motor Unleaded regular (MUR) and DS2 at Fort Rucker, Army Base, Alabama. Interested firms must be able to provide all personnel, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, and transfer of refueling of ground vehicles/equipment including ultra-low sulfur diesel (ULSD), and unleaded gasoline.
This requirement is to procure COCO retail/bulk fuel services with the capability to dispense (retail) fuel to a minimum of 50 various combinations of wheeled vehicles and equipment per hour to support 11,133 gallons/month of MUR ultra-low sulfur diesel and 7,300 gallons/month of DS2 unleaded gasoline. Facility must have a minimum 2 double hose DS2 dispensers and 2 double hose MUR dispenser. The Contractor must have the ability to bulk offload (return-to-bulk) DS2 and MUR and must have the ability to bulk load as needed to support MUR 5,500 gallons/month and DS2 7,100 gallons/month. Vehicle overall dimensions that will use retail islands range from approximately 42’ long, 4’ to 10’ wide and 14’.
The solicitation number will be SPE603-26-R-0502 and it will be published electronically on the System for Award Management (SAM) website at www.SAM.gov. Interested companies responding to the solicitation will be required to register in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE) formerly known as Wide Area Workflow (WAWF).
This procurement will be full and open competition under NAICS code 493190 (Other Warehouse and Storage). The Government anticipates issuing a solicitation and awarding a firm fixed-price contract. The resultant contract will include a performance period that consists of a four (4) year base period from April 1, 2027, through March 31, 2031, four (4) five-year + one (1) 4.5-year option periods from April 01, 2031 through March 31, 2056 and an option to extend the contract for a total of no more than six months from (April 01, 2056, through September 30, 2056).
Dates of the virtual pre-proposal conference, in conjunction with the site visit, will be listed in the solicitation. Offerors will be required to submit in writing to the Contract Specialist (via e-mail) the name(s) of the individual(s) who plan to attend.
This is not an RFP, a promise to issue an RFP, or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract.