Propellant, Rocket Grade Kerosene (RP1, RP2 and RP2 Special Blend)
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.
The Government intends to award one (1) Firm-Fixed Price Requirements type contract using Federal Acquisition Regulation (FAR) Part 12, Commercial Acquisition, and Part 15, Contracting by Negotiation, as applicable.
This announcement constitutes the only solicitation; proposals are being requested. Solicitation: SPE601-26-R-0300 for the production and storage of Bulk/drummed Rocket Propellant Kerosene (RP-1) Rocket Kerosene (RP-2) and Rocket Kerosene Special Blend (RP-2 SB) on F.O.B. Origin basis is issued as a Request for Proposal (RFP).
The associated North America Industrial Classification System (NAICS) code for this procurement is 324110. This solicitation is a 100% Small Business Set-Aside for:
RP-1 Bulk (NSN 9130-01-666-4530) shall meet the requirements of Detail Specification, MIL-DTL-25576F, Propellant, Rocket Grade Kerosene, dated 24 May 2023.
RP-2 Bulk (NSN 9130-01-666-4547) shall meet the requirements of Detail Specification, MIL-DTL-25576F, Propellant, Rocket Grade Kerosene, dated 24 May 2023.
RP-2 Special Blend Bulk (NSN 9130-01-644-2509) shall meet the requirements of Detail Specification, MIL-DTL-25576F, Propellant, Rocket Grade Kerosene, dated 24 May 2023.
This requirement also included Ancillary services such as bulk product storage. The Contractor shall provide all product, materials, supplies, management, tools, equipment, and labor necessary for the production of product on a F.O.B. origin basis. A detail description of requirements for items (line number(s) and items, quantities, and units of measure) to be acquired is listed on the Schedule (SF1449).
The period of performance 1 February 2026 through 31 January 2031.
APPLICATBLE ATTACHMENTS:
Attached to this solicitation listed below:
Standard Form 1449
Attach 1- SOO
Attach 2 - MIL-DTL-25576F
Attach 3 - Energy QAP E33.10
Attach 4 - Energy QAP E45.01
Attach 5 - Energy QAP E1.16
Attach 6 - Contractor Performance Data Sheet
Attach 7 - Trans Equipment Delay
Attach 8 - Pricing Worksheet
Attach 9 - KO Requirements
All potential offerors are advised to ask any and as many questions as necessary to gain a clear understanding of the requirements for the submission of their proposal. Q&A period has been established from issue date of Solicitation SPE601-26-R-0300 to 14 October 2025 by 3:00 PM Central Time Zone. No further questions will be accepted after the closing date/time.
The closing response date is anticipated to be 2 December 2025, 3:00 P.M. CST. No proposals will be accepted after the closing date/time mentioned above.
For information, please contact Contracting Officer: Jessica Negron at email: Jessica.Negron@dla.mil.
METHOD OF PROPOSAL SUBMISSION: All inquiries to this posting shall be emailed to Contract Officer Jessica Negron at email: Jessica.Negron@dla.mil.
EMAIL SUBJECT LINE: CONUS Propellant, Rocket Grade Kerosene (RP1 and RP2), Solicitation SPE601-26-R-0300.