Western Pacific Bulk Fuels Purchase Program (WESTPAC )

SOL #: SPE602-26-R-0706Solicitation

Overview

Buyer

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

Place of Performance

N/A, AX1

NAICS

Petroleum Refineries (324110)

PSC

Liquid Propellants And Fuels, Petroleum Base (9130)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 10, 2026
2
Last Updated
Apr 28, 2026
3
Submission Deadline
Apr 30, 2026, 2:00 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.

Quick Summary

The Defense Logistics Agency (DLA) Energy is soliciting proposals for the Western Pacific Bulk Fuels Purchase Program (WESTPAC), solicitation number SPE602-26-R-0706. This Indefinite Delivery/Indefinite Quantity (IDIQ), Fixed Price with Economic Price Adjustment contract covers annual bulk petroleum requirements for the Western Pacific and Middle East Regions. A Pre-proposal Conference is scheduled for April 16, 2026, from 9:30 AM-11:30 AM U.S. Eastern Time (Fort Belvoir) via Microsoft Teams. Offers are due by April 30, 2026, 10:00 AM EDT.

Scope of Work

This program procures significant quantities of bulk petroleum products, including:

  • Fuel, Naval Distillate (F76): Estimated 207,670,000 U.S. Gallons (USG)
  • Turbine Fuel, Aviation (JP5): Estimated 137,574,000 U.S. Gallons (USG)
  • Turbine Fuel, Aviation (JA1): Estimated 266,390,000 U.S. Gallons (USG), some requiring additives.

Delivery modes include tanker (FOB Origin only), shallow draft tanker, barge, tanker truck, railcar, and pipeline to locations such as Djibouti, Qatar, Oman, UAE, Guam, Japan, Korea, Marshall Islands, Philippines, UK, and Wake Island. FOB destination tanker offers will not be accepted.

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ), Fixed Price with Economic Price Adjustment (EPA).
  • Ordering Period: Date of award through December 31, 2027.
  • Delivery Period: January 1, 2027, through December 31, 2027.
  • Minimum Lift Guarantee: 75% of the total original contract volume.
  • Multiple Awards are anticipated.
  • Set-Aside: There will be no small business set-asides on this procurement.

Submission & Evaluation

Offers must be submitted electronically via the Bulk Offer Entry Tool (OET). The evaluation will follow a Two-Phase Gated Evaluation process:

  • Phase 1 (Inherent Capability): A pass/fail screening requiring offerors to be a refiner/manufacturer, provide a Letter of Supply Commitment, or have held a DLA Energy Bulk Petroleum Products contract within the past three years. Offerors failing Phase 1 will not advance.
  • Phase 2 (Lowest Price Technically Acceptable - LPTA): Evaluation based on the lowest laid-down price that is technically acceptable, utilizing the Bulk Bid Evaluation Model (BEM).

The OET submission process involves multiple rounds (Initial, Interim Proposal Revision, Final Proposal Revision, and an optional Price Reduction round). Offerors must register in SAM and establish an OET account via DLA AMPS. Specific attachments, such as the F76 Traceability Sheet and Map Coordinate Desk Guide, are required.

Pre-Proposal Conference

A virtual pre-proposal conference will be held on April 16, 2026, from 9:30 AM-11:30 AM U.S. Eastern Time (Fort Belvoir). The conference will provide an overview of the solicitation, procurement, OET, and BEM, with time for questions. Access details and materials (Agenda, Pre-Proposal Slides, Non-DOD Users on DLA Teams guide) are available.

Key Instructions & Attachments

Offerors must review "ATTACHMENT – FAR PART 12 ADDENDA" for detailed instructions on OET submission, two-part negotiation, evaluation tools, and specific requirements like Safety Data Sheets (SDS) and geographic registration. The "Tab 09 Att Fill-Ins" document outlines operational, quality, and compliance requirements.

Contact Information

Questions should be directed to Yuliya Kent (Yuliya.kent@dla.mil) or Christopher W. Clement (christopher.clement@dla.mil).

People

Points of Contact

Yuliya KentPRIMARY
Christopher W. ClementSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Apr 28, 2026
View
Version 8
Solicitation
Posted: Apr 27, 2026
View
Version 7Viewing
Solicitation
Posted: Apr 15, 2026
Version 6
Solicitation
Posted: Apr 7, 2026
View
Version 5
Solicitation
Posted: Mar 31, 2026
View
Version 4
Pre-Solicitation
Posted: Mar 31, 2026
View
Version 3
Pre-Solicitation
Posted: Mar 17, 2026
View
Version 2
Pre-Solicitation
Posted: Feb 17, 2026
View
Version 1
Pre-Solicitation
Posted: Feb 10, 2026
View