CONTRACTOR-OWNED, CONTRACTOR-OPERATED (COCO) FUEL STORAGE SERVICES IN DAVAO, PHILIPPINES
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 is soliciting proposals for Contractor-Owned, Contractor-Operated (COCO) Fuel Storage Services in Davao, Philippines. This opportunity requires comprehensive Defense Fuel Support Point (DFSP) services for U.S. Government-owned Fuel, Naval Distillate Grade F-76 and Turbine Fuel, Aviation Grade JP-5. Proposals are due June 29, 2026, at 03:00 PM.
Scope of Work
The contractor will provide receiving, storing, protecting, and shipping services for specified fuels. Key requirements include:
- Storage Capacity: A minimum total fill capacity of 977,000 barrels (548,000 BBLS for F-76 and 429,000 BBLS for JP-5).
- Throughput: Minimum of 1,000,000 barrels annually.
- Facilities: Must be capable of receiving and loading tankers and barges, and shipping/receiving via third-party tanker trucks, with additive injection capabilities.
- Inventory Management: Adherence to DLA Energy's Accountable Property System of Record (APSR) and specific inventory control procedures.
- Product Quality: Responsibility for maintaining fuel quality, including sampling, testing, and reporting, in accordance with MIL-STD-3004-1 and other standards.
- Additives: Provision and injection of Fuel System Icing Inhibitor (FSII) and Corrosion Inhibitor/Lubricity Improver Additive (CI/LI).
Contract & Timeline
- Type: Solicitation (SPE603-26-R-0522), contemplated as a Firm-Fixed-Price contract.
- Period of Performance: A four-year base period (April 12, 2028 – October 11, 2031) with one five-year option period.
- Place of Performance: Davao, Philippines, along the western coast of the Davao Gulf.
- Set-Aside: Unrestricted, with eligibility options for Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and Women-Owned Small Business (WOSB).
- NAICS Code: 493190 (Other Warehousing and Storage) with a size standard of $36.5M.
- Proposal Due: June 29, 2026, at 03:00 PM.
- Published: March 31, 2026.
Evaluation Factors
Proposals will be evaluated based on Technical/Management, Past Performance, and Price. Non-price factors (Technical/Management and Past Performance) are considered significantly more important than price. Offerors must be registered and active in SAM.
Key Attachments & Requirements
- Attachment I - PWS: Details the full scope of work, performance standards, and special requirements including personnel training (DLA Energy courses, CACs) and deliverables (Contract Compliance Plan, Product Quality Control Plan, Additive Storage/Injection Plan).
- Attachment II - PPF: Provides the pricing structure for CLIN 0001, including monthly and annual storage charges, and adjustments for tank maintenance (QAP E18).
- Attachment III - QAPs: Outlines Supplemental Quality Assurance Provisions covering quality control plans, tank inspection/cleaning, testing, and handling of nonconforming supplies.
- Attachment IV - Consent Form: Required for joint venture partners, subcontractors, or teaming partners to consent to the release of past performance information.
- Attachment V - PPQ & Attachment VI - PPRL: Forms for assessing and listing past performance references, crucial for evaluation.
Offers must be submitted electronically via email to bidcustodian@dla.mil. A virtual pre-proposal conference date is TBD.