Rocky Mountain/West Coast Program
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 SPE602-26-R-0702 for the annual bulk fuel procurement under the Rocky Mountain/West Coast Program. This opportunity seeks to procure various petroleum products, including Turbine Fuel (JAA, JA1, JP5) and Naval Distillate (F76), for delivery to Rocky Mountain/West Coast/Offshore regions. Responses are due by March 4, 2026, at 3:00 PM Fort Belvoir, VA time.
Scope of Work
This procurement covers the supply of approximately 865 million US Gallons of bulk petroleum products. The delivery period is from October 1, 2026, through September 30, 2027, with a 30-day carry-over. Delivery methods include Tanker, Barge, Truck, and Pipeline, on both FOB Origin and Destination bases. The NAICS code for this procurement is 324110 (Petroleum Refineries).
Contract Details
- Contract Type: Solicitation for commercial items, implying a fixed-price contract with economic price adjustment.
- Set-Aside: Partial Small Business Set-Aside (FAR 19.5), with an estimated 8.23% of the total fuel quantity reserved for small business concerns.
- Ordering Period: Date of award through September 30, 2027.
- Place of Performance: Rocky Mountain/West Coast locations.
Submission & Evaluation
Offers must be submitted electronically using the Bulk Offer Entry Tool (OET), which is mandatory. Bidders need to set up an OET account via the DLA Accounts Management and Provisioning System (AMPS) and ensure their company name matches SAM. Precise map coordinates (degrees, minutes, seconds) are required for shipping points.
Evaluation will be based on the lowest laid-down price, determined by the Bid Evaluation Model (BEM). This model considers product price, transportation costs, additive costs, and storage/onward distribution costs. Socio-economic considerations, including small business set-asides, are factored into domestic procurements.
Key Attachments & Notes
Offerors must review numerous attachments, including detailed OET instructions (Attachments 1, 2, 5), a Map Coordinate Desk Guide (Attachment 4), and an overview of the Bid Evaluation Model (Attachment 10). Attachment 6 lists incorporated FAR/DFARS clauses, and Attachment 8 provides a Small Business Subcontract Plan template. An addendum (Attachment 12) clarifies inspection/acceptance requirements.
For questions, contact Matthew Padfield (Matthew.Padfield@dla.mil) or Susannah Chung (Susannah.Chung@dla.mil).