SOURCES SOUGHT/REQUEST FOR INFORMATION
SPE60325R5X29
CONTRACTOR-OWNED, CONTRACTOR-OPERATED (COCO) FUEL STORAGE SERVICES IN PORT MAHON, DELAWARE
This is a Sources Sought/Request for Information (RFI) which seeks information from sources that can provide Contractor-Owned Contractor-Operated (COCO) JAA fuel storage/ transportation services around Dover AFB, Delaware.
This notice is issued for the purpose of market research in accordance with the Federal Acquisitions Regulation (FAR) Part 10. This is not a Request for Proposal (RFP), a promise to issue an RFP, or a promise by the Government to pay for information received in response to this request or any subsequent announcement. This information is subject to modification and in no way binds the Government to award a contract.
For reference purposes, this SAM.gov notice is numbered SPE60325R5X29.
Defense Logistics Agency (DLA) Energy - FESBA seeks to identify responsible potential sources and obtain information regarding possible suppliers who can provide Contractor-Owned Contractor-Operated (COCO) services around Dover AFB / Port Mahon DE. Approximately 443,000 barrels (bbls) JAA of storage is required with a minimum of two tanks interconnected and isolated from other facilities and products handled within the tank farm. With an annual throughput of 800,000 bbls (issue of 400,000 bbls, receipt of 400,000 bbls).
The contractor is also required to provide the following ancillary capabilities:
The U.S. Government (USG) anticipates solicitation of a four-year Firm-Fixed-Price contract. Period of Performance (PoP) is estimated to begin on November 01, 2027, through October 31, 2031, with one (1) five-year option from November 01, 2031, through October 31, 2036, and an option to extend the contract for a total of no more than six months from November 01, 2036, through April 30, 2037.
To ensure fair wages are paid FAR clause 52.222-41 Service Contract Labor Standards (AUG 2018) will be included and if necessary a Collective Bargaining Agreement (CBA). The procurement will be publicized using the competitive requirements in FAR 6.1 Full and Open Competition and published through the www.SAM.gov.
The North American Industry Classification System (NAICS) Code is 493190 (Other Warehousing and Storage) with a size standard of $36.5 million dollars. The government is interested in the following small business categories: 8(a), small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, disadvantaged small business, and women-owned small business concerns (if NAICS is applicable).
Responses are limited to not more than 15 pages. The Government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided to the Government because of this notice is voluntary.
All responses to this notice are to be submitted NLT 3:00 P.M Local Time Ft Belvoir, VA on July 24, 2025. Only responses submitted via E-Mail will be considered. E-Mail submissions to [email protected]. The following information is requested:
Interested companies should respond to the following:
1. Provide a company profile to include number of employees, DUNNS/CAGE Code number, and a statement regarding current business status. Please note that registration in System for Award Management (SAM) and Wide Area Workflow (WAWF) is required for DLA Energy contractors.
2. Capability to provide qualified and experienced personnel, with appropriate clearances, if required.
3. Past Performance: Do you have past performance as a prime contractor or subcontractor on a service contract for similar Contractor-Owned Contractor-Operated (COCO) JAA fuel storage/ transportation services? If so, please provide the following: Contract number, Name of Government Agency or Commercial Entity. Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to the Contractor-Owned Contractor-Operated (COCO) JAA fuel storage/ transportation services. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken.
4. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, type (s) of service would you perform.
5. Does your company have experience with the Service Contract Act of 1965?
6. Do you have an approved accounting system in place to adequately track expenditure?
7. What realistic phase-in period would you require (if any) to commence performance.
Contracting Office Address:
8725 John J. Kingman Road
Fort Belvoir, Virginia 22060-6222
United States
Place of Performance:
Dover AFB Area: access to Delaware Bay required via pier and/or dock with depth of 12 feet mean lower low water and 240 feet distance out from pier