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 (DLA) - Energy - FESBA is conducting market research through a Sources Sought to identify capable sources for Contractor-Owned/Contractor-Operated (COCO) and Government-Owned/Contractor-Operated (GOCO) fuel operations at United States Army Garrison, Hawaii (USAG-HI), specifically for Schofield Barracks and Wheeler Army Airfield. This is for planning purposes only; no solicitation is being issued at this time. Responses are due May 9, 2025.
Scope of Work
The anticipated Request for Proposal (RFP) will seek services for the operation and maintenance of bulk and retail refueling services. This includes comprehensive operations, management, and administration related to the receipt, storage, handling, and issue of DLA Energy fuel products.
Contract & Timeline
- Type: Sources Sought (Market Research)
- NAICS: 493190 (Other Warehouse and Storage) with a $36.5 million size standard.
- Set-Aside: Unrestricted.
- Anticipated Period of Performance: April 1, 2027, through April 30, 2031 (48 months), with multiple options extending potentially through November 30, 2035.
- Response Due: May 9, 2025, by 1300 hours local time Ft Belvoir, VA.
- Published: May 15, 2026.
Information Requested
Interested companies are asked to provide responses, limited to 5 pages, addressing the following:
- Capability to provide qualified and experienced personnel with appropriate clearances.
- Past performance as a prime or subcontractor on similar fuels management contracts (including contract details, period, value, type, and services provided).
- Resolution of any past performance problems.
- Facility location/address.
- Anticipated teaming arrangements, including work percentage and service types.
- Experience with Service Contract Act of 1965 covered contracts.
- Financial capability and stability to sustain a five-year contract with multiple locations.
- Realistic phase-in period required for performance.
Additional Notes
This notice is for market research only and does not constitute a commitment by the Government. Information gathered will inform the acquisition strategy. A pre-proposal conference and site visits will be listed in the future solicitation, potentially held virtually. Responses must be submitted via email to Lisa.Marsh@dla.mil. The Government will not pay for information submitted.