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 Rocky Mountain/West Coast Program, seeking annual bulk fuel procurement for various bases in the Rocky Mountain, West Coast, and Offshore regions. This is a Partial Small Business Set-Aside, with an estimated 8.23% of the fuel quantity reserved for small businesses. The NAICS code is 324110. Offers are due by March 4, 2026, at 3:00 PM Fort Belvoir, VA time.
Scope of Work
This solicitation covers the procurement of significant quantities of bulk petroleum products, including:
- Turbine Fuel, Aviation (JAA): Approximately 538,997,000 USG
- Turbine Fuel, Aviation (JA1): Approximately 80,741,000 USG
- Turbine Fuel, Aviation (JP5): Approximately 138,780,000 USG
- Fuel, Naval Distillate (F76): Approximately 107,260,000 USG
Deliveries will occur via Tanker, Barge, Truck, and Pipeline, utilizing both FOB Origin and Destination methods, depending on specific requirements and locations within the Rocky Mountain/West Coast regions.
Contract & Timeline
This is a solicitation for commercial items, anticipated as a Fixed Price contract with Economic Price Adjustment. The Ordering Period extends from the date of award through September 30, 2027, with the Delivery Period running from October 1, 2026, through September 30, 2027, including a 30-day carry-over period.
Submission & Evaluation
All offers must be submitted electronically using the Bulk Offer Entry Tool (OET), which is mandatory. Bidders must ensure their OET accounts are set up via AMPS and that map coordinates for shipping points are provided in the required degrees, minutes, seconds format.
Evaluation will follow a Gated Approach:
- Phase 1 (Inherent Capability): Offerors must demonstrate eligibility by being a refiner/manufacturer, providing a Letter of Supply Commitment, or having held a DLA Energy Bulk Petroleum Products contract within the last three years.
- Phase 2 (Lowest Price/Technically Acceptable): Proposals passing Phase 1 will be evaluated based on the lowest laid-down price, which includes product price, transportation costs, and other factors, as determined by the Bid Evaluation Model (BEM). Technical acceptability will be assessed against requirements in Sections B, C, E, and F.
Key Attachments & Notes
Bidders should review attachments such as the OET Overview, Offer Submission instructions, Map Coordinate Desk Guide, and the BEM Overview for detailed guidance. The solicitation incorporates various FAR and DFARS provisions and clauses, and a Small Business Subcontract Plan template is provided. Amendment 0003, published February 25, 2026, updated the Size Standard in SF1449 Block 10 to 1,500 and removed Attachment 13.
Contacts: Matthew Padfield (Matthew.Padfield@dla.mil) and Susannah Chung (Susannah.Chung@dla.mil).