Government Owned Contractor Operated AIRCRAFT/GROUND FUEL SERVICES - SOUTHWEST REGION AF CONUS
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 – FESAA is issuing a Pre-solicitation Notice for Government Owned Contractor Operated (GOCO) Aircraft/Ground Fuel Services in the Southwest Region. This effort will involve managing, maintaining, and operating GOCO facilities and equipment at Cannon AFB, NM, Davis Monthan AFB, NM, Holloman AFB, AZ, and Luke AFB, AZ. This procurement is a 100% Service-Disabled Veteran Owned Business (SDVOSB) Set-Aside. The Request for Proposal (RFP) is anticipated to lead to four Firm Fixed-Price contract awards, with proposals likely due by March 27, 2026.
Scope of Work
The selected contractor will provide comprehensive alongside aircraft refueling services. This includes the safe, accurate, and timely handling, quality control, and accountability of Defense Wide Working Capital Fund (DWWCF)-owned petroleum products. Key responsibilities involve performing required maintenance on facilities, associated systems, vehicles, and equipment to ensure operational readiness for base missions. The contractor must comply with environmental protection, safety, and security directives, and conduct necessary training for personnel. Operations will support base activities, airshows, special events, deployments, exercises, and contingencies, ensuring efficient receipt, storage, transfer, issue, and accounting of products, maintaining fuel quality, inventory accuracy, and environmental protection. Additionally, the contractor will operate and maintain self-service automated ground fuel stations 24/7, ensuring proper accounting and issuance to authorized users.
Contract & Timeline
- Opportunity Type: Pre-solicitation (RFP anticipated)
- Contract Type: Firm Fixed-Price (four separate awards)
- Set-Aside: 100% Service-Disabled Veteran Owned Business (SDVOSB)
- NAICS Code: 493190 (Other Warehouse and Storage)
- Size Standard: $36.5 million
- Period of Performance:
- Base Period: December 1, 2026 – November 30, 2030 (4 years)
- Option Period: December 1, 2030 – November 30, 2035 (5 years)
- Extension Option: Up to six one-month periods (December 1, 2035 – May 31, 2036)
- Anticipated Proposal Due: March 27, 2026
- Published Date: March 12, 2026
Key Information
This procurement will be solicited under full and open competition after exclusion of sources. The solicitation will be published electronically on SAM.gov. Interested companies must be registered in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE) to respond. Dates for a pre-proposal conference and site visits will be listed in the forthcoming solicitation, requiring written submission of attendee names to the Contract Specialist.
Additional Notes
This is a follow-on to a previous Sources Sought notice (SPE603-26-R-5X04) and serves as a pre-solicitation notice (SPE603-26-R-0529). This announcement is for informational purposes only and does not constitute an RFP or a commitment by the Government to award a contract. Information is subject to modification.