Solicitation - Maks AAF, LA COCO Alongside Aircraft Refueling
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 issuing a Request for Proposal (RFP) for Contractor-Owned, Contractor-Operated (COCO) Alongside Aircraft Refueling Services at Maks Army Airfield (AAF), LA. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside under NAICS code 493190. The Government anticipates awarding a firm fixed-price contract. Proposals are due April 30, 2026, at 11:00 AM local time.
Scope of Work
The selected contractor will be responsible for managing, maintaining, and operating COCO facilities and equipment to provide alongside aircraft refueling services. This includes ensuring safe, accurate, and timely handling, quality control, and accountability of all Defense Wide Working Capital Fund (DWWCF)-owned petroleum products. The contractor must perform required maintenance to ensure facilities, systems, vehicles, and equipment remain operational 24/7 to support base operations, airshows, special events, deployments, exercises, and contingencies. Services also include operating and maintaining self-service automated ground fuels stations and complying with environmental protection, safety, and security directives.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Period of Performance: A four-year base period (September 1, 2026 - August 31, 2030), with one five-year option (September 1, 2030 - August 31, 2035), and an additional option not to exceed six months (September 1, 2035 - February 29, 2036).
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 493190 (Other Warehouse and Storage)
- Solicitation Issue Date: March 30, 2026
- Offer Due Date: April 30, 2026, at 11:00 AM local time
- Pre-proposal Conference: Scheduled for April 15, 2026
Evaluation
Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) process. Award will be made to two responsible offerors whose proposals conform to the solicitation and are most advantageous to the Government. Evaluation factors include:
- Technical/Management: Assessed as Acceptable/Unacceptable across sub-factors: Staffing, Operations, Maintenance, and Contractor-furnished Facilities and Equipment.
- Past Performance: Evaluated based on recency and relevancy.
- Price: Evaluated based on the total evaluated price, including options.
Additional Notes
Bidders must be registered in the System for Award Management (SAM). The solicitation includes numerous FAR and DFARS clauses. A Wage Determination (No. 2015-5197, Revision No. 28) applies, establishing minimum wage rates and fringe benefits for service employees in specific Louisiana parishes. Bidders will need to provide Past Performance Questionnaire (PPQ) references and, if applicable, a Past Performance Information Disclosure Consent Form for joint venture partners or subcontractors.