Justification & Approval for Other than Full and Open Competition
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 has issued a Justification & Approval for Other than Full and Open Competition to award Option Eight to TPM Inc. for Contractor-Owned, Contractor-Operated (COCO) fuel services at Schofield Barracks, HI. This action modifies an existing contract (SP0600-98-D-5885) to add two option periods, valued at $1,092,000.00, ensuring continued essential fuel operations.
Scope of Work
The incumbent contractor, TPM Inc., will continue to operate, maintain, manage, and provide retail/bulk fuel services for all fuel facilities, related structures, and property at Schofield Barracks. This includes furnishing labor and materials for fuel services, accounting, administration, storage, distribution, and maintenance of COCO facilities, as well as Hot Pit refueling at Wheeler Army Airfield. The requirement is performance-based, measured by full compliance with the Performance Work Statement (PWS).
Contract & Timeline
- Type: Justification for a sole-source modification to an existing contract (SP0600-98-D-5885).
- Duration: Two option periods are being added:
- Option 1: February 1, 2026 – January 31, 2027 ($720,000.00)
- Option 2: February 1, 2027 – July 31, 2027 ($372,000.00)
- Total Value (this action): $1,092,000.00
- Set-Aside: Sole Source Justification (FAR 6.302-1(a)(2)(iii))
- Published: February 6, 2026
- Performance Start: February 1, 2026
Justification
This action is justified under "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Market research, including an Intent to Sole Source notice on SAM.gov, confirmed TPM Inc. as the only responsible source capable of performing without unacceptable delays or substantial duplication of costs. The government estimates new contractor start-up costs for similar facilities to be between $3.6M and $7.1M, which would be avoided by this extension.
Additional Notes
The original contract was competitively awarded and later novated to TPM Inc. The extension is authorized under 10 U.S.C. § 2922(b), allowing for a total contract period of up to 30 years. This is a justification for an award, not a solicitation for proposals.