Contracted Laboratory Services CONUS

SOL #: SPE603-26-R-5X14Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA ENERGY
FORT BELVOIR, VA, 22060, United States

Place of Performance

Place of performance not available

NAICS

Testing Laboratories and Services (541380)

PSC

Quality Control Services: Fuels, Lubricants, Oils, And Waxes (H191)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 4, 2025
2
Response Deadline
Dec 19, 2025, 8:00 PM

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.

This Defense Logistics Agency (DLA) Energy-FESDB will issue a solicitation to acquire laboratory testing services located throughout the Continental U.S. (CONUS) region.

The Contractor will be responsible for the laboratory testing of government-owned petroleum products in accordance with military specifications as described below and transportation of samples from contracted locations to the contractor’s laboratory.

Jet Fuels

Aviation Turbine Fuel, Grade JET A (Specification: ASTM D1655 latest version) and JET A-1, NATO F-35 (DEF Stan 91-091 latest version)

Aviation Turbine Fuel, Kerosene Types, Grade JP-8 NATO F-34 (Specification: MIL-DTL-83133, latest version)

Aviation Turbine Fuel, Grade JP-5 NATO F-44 (Specification: MIL-DTL-5624, latest version)

Aviation Turbine Fuel, Thermally Stable, Grade JPTS (Specification: MIL-DTL-25524 latest version)

Aviation, Gasoline, NATO F-18 ASTM D910. (latest version)

Diesel Fuels

Diesel Fuel, Navy Distillate NATO F-76 (Specification: MIL-DTL-16884, latest versions)

Diesel Fuel Oil, Grades: Ultra-low sulfur No.1 & No. 2, Low Sulfur No.1 & No. 2 (Specification: ASTMD975, latest version)

Diesel Fuel Oil, Biodiesel blends B6-B20 (Specification: ASTM D7467 latest version)

Marine Residual Fuel Oil Grade (RME-180, RMG-380, MGO) (Specification: ISO 8217 latest version)

Unleaded Fuels

Fuel, Automotive Spark Ignition Engine Grades (Specification: ASTM D4814, latest version)

Unleaded Gasohol, (Midgrade, Premium, Regular) Specification: ASTM D4814, (latest version)

Fuel Ethanol (E85) for Automotive Spark-Ignition Engines (Specification ASTM D5798 latest version)

Additives

 Fuel System Icing Inhibitor, High Flash (FSII) (Specification: MIL-DTL-85470 latest version)

Corrosion Inhibitor (CI) (Specification: MIL-PRF-25017 latest version)

Lube Oils

Lubrication Oil, Steam Turbine and Gear (LTL) MIL Symbol 2190 (Specification: MIL-PRF-17331 latest version)

Lubrication Oil, LO6, MIL Symbol 9250, Shipboard Internal Combustion, High Output Diesel (Specification: MIL-PRF-6081 latest version)

Fuel Oil

Fuel Oil Reclaimed (FOR) (specification: MIL-PRF-24951 latest version)

These services are required to be performed within a certain time frame. Laboratory facilities must be located at the above-mentioned locations in order to perform the services required.  Testing shall be completed within 12-48 hours, and testing is required 24 hours per day, 7 days a week.

Maximum Turn-around Hours Chart

A Series           48 hours

B Series           36 hours

C Series           24 hours

Individual tests           24 hours

Expedite          18 hours

Secured Fuel Performance      8 hours

The period of performance would begin on March 15, 2026, through March 14, 2028 (two- year base), March 15, 2028, through March 14, 2030 (two-year option) and March 15, 2026, through September 14, 2030, potential (six-month extension). The North American Industry Classification System (NAICS) Code is 541380 and the size standard is $16.5 million.

The Solicitation will be issued on or around December 2025 to January 2026, and the Solicitation closing date will be on or around January 2026. This procurement will be a full and open competition. The solicitation will be published electronically on the Federal Business Opportunities website at www.sam.gov.

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.

People

Points of Contact

Karen TomSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Dec 4, 2025
Contracted Laboratory Services CONUS | GovScope