Synopsis SPE605-26-R-0203, 1.6A Canada

SOL #: SPE60526R0203Pre-Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Petroleum Refineries (324110)

PSC

Liquid Propellants And Fuels, Petroleum Base (9130)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 5, 2025
2
Response Deadline
Dec 19, 2025, 9:00 PM

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.

Solicitation SPE60526R0203

DLA Energy – FEPCB

Purchase Program 1.6A: Canada

(i) This is a pre-solicitation notice only. DO NOT submit proposals or inquiries until solicitation is posted. This is a synopsis for commercial items prepared in accordance with the format in FAR Subpart 5.2, as supplemented with additional information included in this notice.

(ii) The Solicitation number is SPE60526R0203, and it will be issued as a Request for Proposal (RFP). The solicitation will include 2-line items.

(iii) Description of Items Being Procured:  This acquisition is for Turbine Fuel, Aviation (CA1), National Stock Number (NSN) 9130-219057412 (CA1) (Canada Only) to various sites in Canada.

East Region - Line Item 0001 - Delivery Mode: Bulk Tanker

Estimated Delivery Quantity: 5,209,473 US Gallons

West Region - Line Item 0002 - Delivery Mode: Barge

Estimated Delivery Quantity: 4,092,289 US Gallons

(iv) Delivery schedule starts April 1, 2026

(v) Duration of Contract is a five (5) year period of performance

(vi) Any resultant contract will be an Indefinite Delivery / Indefinite Quantity (IDIQ) contract with Economic Price Adjustment.  The Government intends to award one contract for CLIN 0001 (East) and a separate contract for CLIN  0002 (West).   

The requirement(s) will be awarded to the lowest price technically acceptable (LPTA) offeror(s) evaluated using the following evaluation factors: (1) Technical Acceptability, (2) Past Performance, and (3) Price. Each line item will be awarded independently at the item level.

A. The Contractor shall provide access to a satellite telephone, messing and accommodation consisting of stationary bunk/bed, a stationary heat source and providing a minimum of noise to permit:

  • One each (1) Operations & Maintenance Contractor (O&MC) Petroleum Oil and Lubricant (POL) specialist.
  • One (1) O&MC POL laborer.
  • One (1) O&MC wildlife monitor, to rest between shifts, and transportation between delivery sites as requested by the Canadian Government. *The Wildlife monitor will be always armed while on duty.

  

B. Each member will be considered “crew” or necessary part of the voyage team and cost projections will include the period from start to finish of the delivery period to include transport of subject personnel to return to their coordinated final destination. **The Contractor is responsible for providing instruction to O&MC for starting and termination locations.

C. O&M Contractors will be on the barge prior to any fuel transfer and remain with the ship until completion of the fuel delivery at the designated NWS sites.

(vii) Vendors will be expected to provide a copy, when solicitation is released, of the following information:

1. Certificate of Quality and Conforming Statement of Quality

2. License to Deliver Fuel

3. Commitment letters for fuel and transportation

Additional Requirement for this solicitation when posted:

Vendor(s) SHALL be registered with an active profile in the System for Award Management (SAM) at www.SAM.gov prior to offer submission.

If your company is interested and capable of providing the fuel products specified above, please submit a response via e-mail to the contracting office at canada2026@dla.mil no later than 1600 hours, Fort Belvoir, Virginia, time, December 19, 2025.

The Solicitation will be posted at a later date as previously stated.

(viii) For additional information on Solicitation SPE60526R0203 contact the individuals below: 

Jermaine Smith                                                           John Parson

Contract Specialist                                                     Contracting Officer

Phone: (703) 408-9768                                               Phone: (703) 223-2845

Email: Jermaine.smith@dla.mil                                 Email: john.parson@dla.mil

Email: canada2026@dla.mil                                      Email: canada2026@dla.mil

People

Points of Contact

Jermaine SmithPRIMARY
John ParsonSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Pre-Solicitation
Posted: Dec 5, 2025
Synopsis SPE605-26-R-0203, 1.6A Canada | GovScope