SPE603-26-R-0528 Naval Air Station (NAS) Kingsville, TX
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-FESAB is soliciting proposals for Government-Owned, Contractor-Operated (GOCO) Aircraft Fuel & Ground Fuel Support Services and Fuel Storage & Distribution at Naval Air Station (NAS) Kingsville, TX, and Naval Auxiliary Landing Field (NALF) Orange Grove, TX. This is a Combined Synopsis/Solicitation (SPE603-26-R-0528) issued under new streamlined acquisition procedures (Revolutionary FAR Overhaul - RFO). The contract will be a Firm Fixed-Price type and is designated as an 8(a) Set-Aside (FAR 19.8).
Scope of Work
The contractor will be responsible for maintaining and operating government-owned facilities and equipment, providing bulk services, and conducting fuel operations in accordance with best commercial practices. Key services include:
- Receiving, maintaining, storing, sampling, testing, transferring, and issuing petroleum products.
- Providing off-station fuel services to aircraft and support equipment.
- Operating bulk storage facilities at NAS Kingsville (three 20,000-barrel tanks) and NALF Orange Grove (three 25,000-gallon tanks).
- Performing continuous operations, maintenance, and real-time reporting for all petroleum systems and equipment.
- Ensuring comprehensive fuel safety and environmental compliance.
- Providing and maintaining all necessary vehicles and equipment, including fuel trucks at the start of the contract.
Contract Details
- Solicitation Number: SPE603-26-R-0528
- Contract Type: Firm Fixed-Price
- Set-Aside: 8(a) Set-Aside (FAR 19.8)
- NAICS Code: 493190 (Other Warehouse and Storage) with a $36.5 million size standard.
- Period of Performance:
- Base Period: October 1, 2026 – September 30, 2030 (4 years)
- Option Period: October 1, 2030 – September 30, 2035 (5 years)
- Extension Option: October 1, 2035 – March 31, 2036 (up to 6 months)
- Key Personnel: Mandatory Corporate Executive Officer (CEO), Terminal Manager (TM), and Assistant Terminal Manager (ATM).
- Attachments: Includes Performance Work Statement (PWS), Quality Assurance Provisions (QASP), Past Performance Questionnaire (PPQ), Price Proposal Form, Wage Determination, Collective Bargaining Agreement (CBA), and Small Business Subcontracting Plan.
Submission & Evaluation
- Offer Due Date: May 15, 2026, at 09:00 AM local time.
- Questions Due: May 04, 2026, at 9:00 AM.
- Submission Method: Offers must be submitted via email to Annalise.Henzler@dla.mil and Dominique.1.Vest@dla.mil.
- Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection process. Evaluation factors include Technical/Management (rated Acceptable/Unacceptable across Staffing, Operations, Maintenance, and Contractor-Furnished Facilities/Equipment), Past Performance, and Price.
- Requirements: Offerors must be registered in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE).
- Pre-Proposal Conference & Site Visit: Scheduled for April 28, 2026, at NAS Kingsville, TX, and Orange Grove. Attendees must submit names via email to the Contract Specialist.
Special Considerations
A Collective Bargaining Agreement (CBA) is in effect (October 1, 2024 – September 30, 2027) for specific roles at these locations, which bidders must consider for labor costs. A Small Business Subcontracting Plan is also required.