Direct Delivery Fuel Requirements United Kingdom PP 1.8J
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 Solicitation SPE60526R0200 for Direct Delivery Fuel Requirements under the United Kingdom PC&S Ground Fuels Program (PPN 1.8J). This Full and Open Competition seeks proposals for the procurement of gasoline, diesel, and kerosene for various Royal Air Force (RAF) bases in the UK. Offers are due by March 27, 2026, at 1200 hours Fort Belvoir, Virginia time.
Scope of Work
This solicitation requires the direct delivery of specific fuel products:
- Gasoline, Premium (ULG): Estimated 252,669 US Gallons.
- Diesel Fuel, 10 PPM Sulf (SFD): Estimated 3,327,752 US Gallons.
- Kerosene, Grade No. 1-K (KS1): Estimated 59,758 US Gallons. Deliveries are expected within 48 hours of order placement to various RAF bases in the United Kingdom. Bidders must adhere to an "All-or-None" requirement for grouped line items and provide commitment letters from both fuel suppliers and transportation companies. Detailed fuel specifications and quality assurance provisions are outlined in Attachments B and C.
Contract & Timeline
- Opportunity Type: Solicitation (RFP)
- Contract Period: July 1, 2026, through June 30, 2029.
- Delivery Period: Through May 31, 2029.
- Set-Aside: Full and Open Competition
- NAICS Code: 324110 (Size Standard: 1,500 employees)
- Proposal Due Date: March 27, 2026, 1200 hours Fort Belvoir, Virginia time.
- Question & Answer Period: February 27, 2026, to March 16, 2026, 1200 hours.
- Published Date: February 27, 2026.
Submission & Evaluation
Proposals must be submitted electronically via the Offer Entry Tool (OET). Bidders are required to register for an AMPS account and obtain the OET Vendor Role (guidance provided in Attachments D, E, and F). The Government intends to use a Lowest Price Technically Acceptable (LPTA) source selection process. Evaluation factors include Technical Capability, Past Performance, and Price. Offerors must acknowledge all amendments and ensure System for Award Management (SAM) registration is active prior to contract award. A comprehensive "Turn In Checklist" (Attachment I) details all required documentation, including a signed SF1449, Fuel Conforming Statement, Certificate of Authenticity, and a completed Line Item Price Offer Sheet (Attachment J).
Key Attachments for Bidders
- Attachment A - Line Item Narrative: Specific delivery details, quantities, and locations.
- Attachment G - Local Solicitation Information: Critical contract terms, pricing adjustments, and definitions.
- Attachment H - Fuel Source Data Sheet: Required information on product origin and supply chain.
- Attachment J - Line Item Price Offer Sheet: Spreadsheet for submitting pricing proposals.