SPE60525R0221 AMENDMENT 0012 COG 8 POSTS, CAMPS AND STATIONS

SOL #: SPE60525R0221-0012Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA ENERGY
FORT BELVOIR, VA, 22060, United States

Place of Performance

Seattle, WA

NAICS

Petroleum Refineries (324110)

PSC

Liquid Propellants And Fuels, Petroleum Base (9130)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 17, 2026
2
Last Updated
Feb 19, 2026
3
Submission Deadline
Mar 4, 2026, 1:00 AM

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

This is a correction to Amendment 0012 for Solicitation SPE60525R0221, issued by DLA Energy for Liquid Propellants and Fuels, Petroleum Base. This amendment specifically adds three new Contract Line Items (CLINs) for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The required fuels include Aviation Turbine Fuel, Automotive Gasoline, and Diesel Fuel for locations in Washington state. Responses are due by March 3, 2026, at 8:00 pm (EST).

Scope of Change

Amendment 0012 introduces three new CLINs for award under a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. The specific requirements are:

  • CLIN 0001: 210,000 USG of TURBINE FUEL, AVIATION (JAA) for Boeing Field, WA.
  • CLIN 0002: 18,000 USG of GASOLINE, AUTOMOTIVE (MUR) for Drummond Creek Survival SC, WA.
  • CLIN 0003: 10,000 USG of DIESEL, FUEL (DS2) for Drummond Creek Survival SC, WA.

Requirements for Submission

Offerors must complete and return SF-30, Blocks 15A-C. Key submission components include:

  • Price Data Sheet (Attachment A): Must be completed with a full breakdown of taxes for each CLIN. The reference date for CLIN pricing is November 3, 2025.
  • Certificate of Analysis/Quality (COA/COQ): Required for the JAA fuel (CLIN 0001) to Boeing Field, WA, and for all fuel types in accordance with FAR 52.212-2, Factor 1 – Technical Capability, Subfactor 2.
  • Statement of Compliance: Offerors must submit a Statement of Compliance for all offered CLINs (0001-0003), detailing how their proposed product conforms to specifications, as per FAR 52.212-2, Factor 1 – Technical Capability, Subfactor 1 and Attachment E – DLA Energy Quality Provisions – C-E QAPS. Fuel specifications are detailed in the ENERGY QAPS document.

Contract & Timeline

  • Solicitation: SPE60525R0221 (Amendment 0012)
  • Contract Type: Combined Synopsis/Solicitation
  • Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) under NAICS 324110 (1500 employees or refining no more than 200,000 barrels/day).
  • Response Due: March 3, 2026, at 8:00 pm (EST).
  • Published: February 19, 2026.

Eligibility

This amendment is open only to offerors that previously provided a proposal under Solicitation SPE60525R0221. All other terms and conditions of the original solicitation remain unchanged.

Contact Information

Submissions and inquiries should be directed via email to georgia.dotson@dla.mil, regina.daniels@dla.mil, and john.stanislaus@dla.mil. Primary contact is Regina Daniels (regina.daniels@dla.mil, 571-623-0293).

People

Points of Contact

Regina DanielsPRIMARY
Georgia DotsonSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 17, 2026
View
SPE60525R0221 AMENDMENT 0012 COG 8 POSTS, CAMPS AND STATIONS | GovScope