Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2026 SAM #8861
SOLICITATION NOTICE

M -- Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, Whiteman AFB, MO.

Notice Date
2/27/2026 6:20:39 AM
 
Notice Type
Presolicitation
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
DLA ENERGY FORT BELVOIR VA 22060 USA
 
ZIP Code
22060
 
Solicitation Number
SPE603-26-R-0527
 
Response Due
3/13/2026 6:00:00 AM
 
Archive Date
03/28/2026
 
Point of Contact
Joel McKinney, Phone: 5716232092, Dominque Vest, Phone: 5714959742
 
E-Mail Address
joel.t.mckinney@dla.mil, dominique.1.vest@dla.mil
(joel.t.mckinney@dla.mil, dominique.1.vest@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Defense Logistics Agency (DLA) - Energy � FESAA will be issuing a Request for Proposal (RFP) for Alongside Aircraft Refueling Services to include managing, maintaining, and operating Government Owned, Contractor-Operated (GOCO) facilities and equipment at Altus, AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Offutt AFB, NE, Scott AFB, IL and Whiteman AFB, MO. The Contractor will ensure safe, accurate, and timely handling, quality control, and accountability of all Defense Wide Working Capital Fund (DWWCF)-owned petroleum products under their control. The Contractor will perform required maintenance to ensure facilities, associated systems, vehicles, and equipment remain operational to meet the base mission. The Contractor will comply with environmental protection, safety, and security directives. The Contractor will conduct required training to ensure personnel are fully qualified to perform Performance Work Statement (PWS) tasks. The Contractor shall conduct all necessary fuels operations to support base operations, airshows and special events, deployments, exercises, and contingencies under normal conditions, as well as, during periods of heightened security, inclement weather, or other unique situations. Operations must be safely and efficiently conducted to receive, store, transfer, issue, and account for products with appropriate controls to ensure fuel quality, maintain inventory accuracy, and ensure no environmental impact. The Contractor shall operate and maintain the self-service automated service station facilities, equipment, and systems and ensure sufficient product is available to provide 24 hours a day, seven days a week support of ground fuels. The Contractor shall perform required tasks to ensure fuel is properly accounted for and issued to only authorized users. This procurement will be 100% set aside for Service-Disabled Veteran Owned Business (SDVOSB) under NAICS code 493190 (Other Warehouse and Storage). The Government anticipates issuing one solicitation and awarding six (6) firm fixed-price contracts for Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Offutt AFB, NE, Scott AFB, IL and Whiteman AFB, MO. These requirements will be for a four-year base period (November 1, 2026 � October 31, 2030), a five-year option period (November 1, 2030 � October 31, 2035), and a option to extend the contract s for up to six individual months (November 1, 2035 � April 30, 2025).This procurement will be solicited under full and open competition after exclusion of sources. The solicitation will be published electronically on the SAM website at https://sam.gov/. Interested companies responding to the solicitation will be required to register in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE). Dates of the Pre-Preproposal conference, in conjunction with the site visits, will be listed in the solicitation. Offerors will be required to submit in writing to the Contract Specialist (via e-mail) the name(s) of the individual(s) who plan to attend. This is not an RFP or a promise by the Government to pay for information received in response to this synopsis or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fc522bf40eac46a797bc0423c50f2a61/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07729391-F 20260301/260227230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.