MCAS YUMA, Arizona , Fuel Storage Services and Management, GOCO
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 Government Owned, Contractor-Operated (GOCO) Fuel Storage Services and Management at Marine Corps Air Station (MCAS) Yuma, AZ. This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for comprehensive fuel operations, maintenance, and management. Proposals are due June 3, 2026, at 3:00 PM local time.
Scope of Work
The contractor will be responsible for managing, operating, and maintaining GOCO facilities and equipment for alongside aircraft refueling, bulk storage, and ground fuel services. This includes receiving, storing, transferring, issuing, and accounting for Defense Wide Working Capital Fund (DWWCF)-owned petroleum products, ensuring quality control, environmental compliance, safety, and security. Key tasks involve providing 24/7 support for base operations, airshows, special events, deployments, exercises, and contingencies, as well as performing required maintenance on all associated systems, vehicles, and equipment.
Contract & Timeline
- Type: Firm-Fixed Price (FFP) Solicitation
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 484220 (General Freight Trucking, Local)
- Product Service Code: M1NA (Operation Of Fuel Supply Facilities)
- Period of Performance: A 48-month base period (November 1, 2026 - October 31, 2030), followed by a 60-month option period (November 1, 2030 - October 30, 2035), and a potential 6-month option extension.
- Published Date: April 16, 2026
Evaluation
Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection. Evaluation factors include:
- Technical/Management: Assessed on an Acceptable/Unacceptable basis across eight sub-factors.
- Past Performance: Evaluated for recency and relevance, utilizing forms like the Contract Performance Assessment Form (Att II) and Past Performance Reference List (Att IV).
- Price: The lowest evaluated price among technically acceptable proposals.
Key Documents
- Performance Work Statement (PWS) (Att I): Details the comprehensive scope, performance standards, and special requirements including staffing, detailed plans, and personnel qualifications.
- Quality Assurance Surveillance Plan (QASP) (Att VI): Outlines the government's procedures for monitoring and evaluating contractor performance against the PWS.
- Supplemental Quality Assurance Provision (SQAP) (Att VII): Specifies DLA Energy's quality assurance standards, inspection protocols, and contractor responsibilities.
- Collective Bargaining Agreement (CBA) (Att V): Provides details on labor costs, wages, and benefits for existing employees, crucial for proposal costing.
Important Dates
- Pre-proposal Conference: April 30, 2026
- Questions Due: May 7, 2026
- Proposal Submission Deadline: June 3, 2026, 3:00 PM local time
Contact Information
- Primary: Mark A. Laskoski (mark.laskoski@dla.mil, 7178316975)
- Secondary: Thea Miller-Smith (Radhiyah.Smith@dla.mil, 5715850951)
- Submission: Proposals must be emailed to both contacts.