INNOVATIVE SOLUTIONS FOR DFSP MANAGEMENT, INFRASTRUCTURE ENHANCEMENT, AND UNDERUTILIZED LAND AND RESOURCES; DFSP Jacksonville (Northside) Jacksonville FL
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), on behalf of the United States Navy (USN), has issued a Request for Information (RFI), SPE603-26-R-5X48, seeking innovative, cost-effective solutions for Defense Fuel Support Point (DFSP) management, infrastructure enhancement, and leveraging underutilized land and resources. This RFI is for planning purposes only and does not constitute a solicitation. Responses are due by May 29, 2026, at 3:00 p.m. local Fort Belvoir, VA time.
Purpose of RFI
The Navy aims to gather information from industry to assess the feasibility and benefits of agreements for utilizing underutilized land, infrastructure, and petroleum fuel facilities. The goal is to enhance government fuel facilities, reduce long-term sustainment costs, and improve operational readiness by partnering with private-sector entities. This initiative is authorized under Section 2667 of Title 10, United States Code, allowing the leasing of non-excess real or personal property.
Scope of Interest
The Navy is seeking creative approaches to improve DFSPs across all Navy CONUS locations. This includes leveraging underutilized land, fuel storage and distribution capabilities, access to wharves, piers, and runways, and implementing innovative technologies. Key areas of interest include potential business partnerships, private sector investment capabilities, environmental considerations, operational concepts, security requirements, benefits to Navy installations, facility assessments, and revenue sharing agreements.
Information Requested
Respondents are asked to provide detailed information covering:
- Company Information: Mission, expertise, profile (employees, revenue, DUNS/CAGE, business size).
- Proposed Concept: Description of how underutilized land will be used with DFSP modernization, including technology and impact.
- Operational Benefits: Assessment of cost savings, efficiency, and security improvements.
- Implementation Plan: Timelines, resources, and potential challenges.
- Risk Assessment: Identification of risks and mitigation strategies.
- Relevant Experience: Examples of past performance as prime or subcontractor.
- References: Contact information.
- Scalability and Adaptability: How solutions can be scaled and adapted.
- Cybersecurity Posture: Policies and procedures.
- Benefits to the Navy Installation: Cost savings, improved services, job creation.
- Experience with Government Partnerships: Previous work and understanding of regulations.
- Proposed Structure: Type of agreement (e.g., long-term lease, conveyance).
- Regulatory Assessment: Identification of gaps and proposed language for new/revised regulations.
- Facility Assessments: Benchmarks for infrastructure assessment.
- Legal Authorities: Assessment of current legal authorities for revenue sharing and enhanced use leasing.
Key Dates & Contacts
- Response Due: May 29, 2026, 3:00 p.m. local Fort Belvoir, VA time.
- Submission Email: Careka.Squire@dla.mil (DLA Energy).
- Technical Questions: Captain Anas Maazouzi, US. Navy, Anas.Maazouzi@dla.mil.
- Workshop/Q&A: A dedicated session will be held during the DLA Energy Worldwide Symposium, April 21-23, 2026, at the Hyatt Regency – Crystal City, Arlington, VA. Attendees must register on-site and specify attendance for this RFI.
Additional Notes
This RFI is for information and planning purposes only. It does not commit the Government to contract for any supply or service. Not responding does not preclude participation in any future RFP.