CONTRACTOR-OWNED /CONTRACTOR OPERATED AND GOVERNMENT-OWNED/ CONTRACTOR-OPERATED, AND (COCO/GOCO) FUEL OPERATIONS AT United States Army Garrison, HI (USAG-HI) for Schofield Barracks and Wheeler Army Airfield (Wheeler AAF).
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-FESBA anticipates issuing a Request for Proposal (RFP/Solicitation) procuring Contractor Owned Contractor Operated (COCO) and Government-Owned, Contractor Operated (GOCO) fuel services at Schofield Barracks and Wheeler Army Airfield (AAF), Hawaii. The contractor will have the responsibility to provide fuel services at two locations as described below. Maintain and operate the government owned facilities and equipment on Wheeler AAF. Provide COCO retail and bulk services using the best commercial standards at Schofield Barracks. Fuel operations and maintenance will be performed in accordance with (IAW) best commercial practices.
The solicitation number will be SPE603-26-R-0517 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). A Sources Sought Notice was previously issued for this requirement under SPE603-25-R-5023 on April 25, 2025.
This RFP is for a new retail site land license optimization (COCO) facility. There will be no Government facilities or equipment furnished for the contractor. The Contractor will operate, maintain, manage and provide retail/bulk fuel services. The contractor shall establish the facility and is responsible for the management, operation, maintenance, product quality surveillance, inventory control and accounting, security, safety, and environmental protection of the (COCO) facilities. The requirement will be for a five-year base period of performance and four five-year option periods, one 54-month option period and an option to extend the contract for a total of no more than six months. The contractor will be required to prepare the facility to provide the required services. The services are required to be operational beginning 12 months after the award of contract.
This procurement will be unrestricted under NAICS code 493190 (Other Warehouse and Storage) with a size standard of $36.5 million dollars. The Government anticipates awarding a firm fixed-price contract with a five-year base period of performance beginning on April 1, 2026, through March 30, 2031, and options from April 1, 2031, through September 33, 2055, and six (one-month) extensions from October 1, 2055, through March 30, 2056. The contract award will be subject to FAR 52.222-41, Service Contract Labor Standards (formerly known as the Service Contract Act of 1965).
Dates of the Pre-Preproposal conference, in conjunction with the site visits, 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.
Point of Contact:
Contract Specialist: Lisa Marsh
Email: Lisa.Marsh@dla.mil
Phone: (445) 737-4038
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.