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.
Quick Summary
The Defense Logistics Agency Energy (DLA Energy) has issued a Solicitation for Contractor-Owned, Contractor-Operated (COCO) and Government-Owned, Contractor-Operated (GOCO) Fuel Operations at United States Army Garrison, Hawaii (USAG-HI), covering Schofield Barracks and Wheeler Army Airfield. This Firm Fixed-Price (FFP) contract requires comprehensive fuel services. Proposals are due March 5, 2026, by 12:00 PM Local Time (Oahu, HI).
Scope of Work
The contractor will provide retail and bulk fuel services for JAA, Ultra-low sulfur diesel, and Unleaded gasoline. This includes the receipt, storage, handling, and issue of bulk fuel products. The scope encompasses full operational management, administration, maintenance, product quality surveillance, inventory control and accounting, security, safety, and environmental protection. The contractor is responsible for furnishing all necessary personnel, equipment, material, and facilities.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Product/Service Code: M1NA (Operation Of Fuel Supply Facilities)
- Place of Performance: Schofield Barracks and Wheeler Army Airfield, HI.
- Duration:
- COCO Requirement: A four-year base period (April 21, 2027 – April 20, 2031), followed by four 5-year option periods, one 4.5-year option (April 21, 2031 – October 20, 2055), and a potential six-month extension.
- GOCO Requirement: A five-year base period (April 21, 2026 – April 20, 2031), followed by four 5-year option periods, one 4.5-year option (April 21, 2031 – October 20, 2055), and a potential six-month extension.
- Set-Aside: None specified; however, a Small Business Subcontracting Plan (Attachment IX) is required.
Key Requirements & Deliverables
Bidders must adhere to DLA Energy Quality Assurance Provisions (QAPs) for inspection, testing, and quality control of petroleum products. Key plans required include Operations and Staffing, Safety, Security, Training, Environmental Protection, Maintenance, Product Quality Control, Inventory/Accountability, Phase-In/Out, and Property Restoration. The contractor must also comply with the Service Contract Act Wage Determination (Attachment VI) and execute a no-cost easement for the COCO facility. Personnel require comprehensive training and Common Access Cards (CACs).
Submission & Evaluation
- Proposals Due: March 5, 2026, 12:00 PM Local Time (Oahu, HI).
- Pre-Proposal Conference: February 18, 2026, 09:00 AM Local Time (Oahu, HI) via USAG-HI/Microsoft Teams.
- Questions Due: February 23, 2026, 12:00 PM Local Time.
- Submission Method: Electronically to bidcustodian@dla.mil and Lisa.Marsh@dla.mil, with a copy to james.harkless@dla.mil and careka.squire@dla.mil.
- Evaluation: Lowest Price Technically Acceptable (LPTA) based on Factor 1: Technical/Management, Factor 2: Past Performance, and Factor 3: Price.
- Required Attachments: Price Proposal Form (Attachment VIII), Past Performance Reference List (Attachment V), Past Performance Questionnaire (Attachment IV), Past Performance Consent Form (Attachment III for JV/subcontractors), and Small Business Subcontracting Plan (Attachment IX).
Contacts
- Primary: Lisa.Marsh (Lisa.Marsh@dla.mil, (445)737-4038)
- Secondary: James Harkless (James.Harkless@dla.mil, (445)737-9528)