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) is soliciting proposals for Contractor-Owned, Contractor-Operated (COCO) and Government-Owned, Contractor-Operated (GOCO) Fuel Operations at United States Army Garrison, Hawaii (USAG-HI), specifically Schofield Barracks and Wheeler Army Airfield. This Firm-Fixed-Price (FFP) solicitation covers retail and bulk fuel services for JAA, Ultra-low sulfur diesel, and Unleaded gasoline. Proposals are due March 18, 2026.
Scope of Work
The contractor will be responsible for all personnel, equipment, materials, and facilities necessary for providing fuel services, including receipt, storage, handling, and issue of bulk fuel products. Key responsibilities include:
- Fuel Operations: Retail and bulk fuel dispensing, receipt, storage, handling, and issue of DLA Energy fuel products at Schofield Barracks (COCO) and Wheeler Army Airfield (GOCO).
- Maintenance: Operator, preventive, recurring, minor, and major maintenance of COCO and GOCO fuel systems and facilities.
- Quality Assurance: Ensuring fuel quality through testing and compliance with MIL-STD-3004 and the Quality Control Plan (QCP).
- Safety & Security: Maintaining a safe working environment, providing facility security, and adhering to NFPA and API standards.
- Environmental Compliance: Adhering to all applicable laws and regulations, including spill prevention and response.
- Inventory Control: Maintaining records, processing transactions, and providing automated fuel inventory reporting (daily/monthly, EPOS, ATG, EOM Reconciliation).
- Personnel: Furnishing adequately trained personnel, undergoing suitability investigations, and obtaining Common Access Cards (CACs).
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance:
- COCO: 4-year base (April 21, 2027 - April 20, 2031), four 5-year option periods, one 4.5-year option (April 21, 2031 - October 20, 2055), and a 6-month extension option.
- GOCO: 5-year base (April 21, 2026 - April 20, 2031), four 5-year option periods, one 4.5-year option (April 21, 2031 - October 20, 2055), and a 6-month extension option.
- Place of Performance: Schofield Barracks, HI and Wheeler Army Airfield, HI.
- Operational Start: Schofield Barracks 12 months after award, Wheeler Army Airfield 60 days after award.
- Proposal Due: March 18, 2026, 5:00 PM ET.
- Published: February 27, 2026.
- Set-Aside: None specified for the prime contract, but includes clauses for small business utilization and subcontracting plans.
Submission & Evaluation
- Submission: Offers must be submitted electronically. A pre-proposal conference was held on February 18, 2026, and questions were due by February 23, 2026.
- Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) process.
- Factor 1: Technical/Management: Rated Acceptable/Unacceptable (Staffing, Operations, Maintenance, Contractor-Furnished facilities/equipment).
- Factor 2: Past Performance: Assessed based on recent and relevant performance.
- Factor 3: Price: Lowest evaluated price among technically acceptable proposals.
- Required Forms: Bidders must complete and submit a Past Performance Reference List (Attachment V), a Small Business Subcontracting Plan Form (Attachment IX), and a Revised Price Proposal Form (Attachment I/VIII). A Past Performance Information Disclosure Consent Form (Attachment III) is required for joint venture partners/subcontractors.
Additional Notes
This solicitation incorporates numerous FAR and DFARS clauses, including requirements for cybersecurity (NIST SP 800-171, CMMC), a wage determination (Attachment VI), and a draft easement document (Attachment VII) for the COCO facility. Offerors must be registered in SAM. Amendment 0002 revised the Price Proposal Form and updated clauses due to the "Revolutionary FAR Overhaul" initiative.