This is a Sources Sought Notice only. This notice is issued for planning and market research purposes in accordance with Federal Acquisition 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 notice or any subsequent announcement. All information is subject to change and in no way binds the Government to award a contract.
Defense Logistics Agency (DLA) Energy - FESDB seeks to identify responsible potential sources and obtain information regarding possible sources who can provide laboratory testing, and when requested sampling of Government-owned petroleum products in accordance with required Military Specifications. Services will be performed in the Middle East Gulf Region.
Locations:
Kuwait: Ali Al Salem Air Base, Camp Buehring, Al Jaber Air Base, Camp Arifjan, KNB Naval Base
Qatar: Port of Mesaieed, Al Udeid Air Base Camp As Sayliyah
United Arab Emirates (UAE): Abu Dhabi, Dubai, Jebel Ali, Fujairah, Al Dhafra Air Base
Bahrain: Sitra, Isa AB, NSA Bahrain
Iraq: Erbil/International Airport, Bashur, Baghdad, Al Asad AB, Taqaddum, Taji, Mahkmour, Mosul Dam, Zaweta, Kara Sour Complex, Qwest, Tikrit
Oman: Salalah, Thurmrait AB, Masirah AB, Al Musanah AB, Duqm
Jordan: Mwaffaq As-Salti Air Base/Azraq Air Base, Northern Integration Site, Al Quwayrah, Price Hassan Air Base (HS), Joint Training Center (JTC), King Abdullah Special Operations
Laboratory facilities must be located at the above-mentioned locations in order to perform the services required. Testing shall be completed within 12-48 hours and testing is required 24 hours per day, 7 days a week. In addition, the anticipated turnaround times of completing laboratory testing are as follows.
A Level/Fuel spec testing: 36 hours
B-1, B-2, B-3 Testing: 24 hours
C-level Testing: 8 hours
Individual Testing: 8 hours
Expedite Request: 6 hours
Secured Fuel Performance: 8 hours
AVGAS Testing: 7 Calendar Days
The services to be provided are as follows:
Jet Fuels
- Aviation Turbine Fuel, Kerosene Types, Grade JET A, (Specification: ASTM D1655 latest version)
- Aviation Turbine Fuel, Kerosene Types, Grade JET A-1, NATO F-35, (Specification: DEF Stan 91-091 latest version)
- Aviation Turbine Fuel, Kerosene Types, Grade JP-8, NATO F-34 (Specification: MIL-DTL-83133, latest version)
- Aviation Turbine Fuel, Grade JP-5, NATO F-44 (Specification: MIL-DTL-5624, latest version)
- Aviation Turbine Fuel, Thermally Stable, Grade JPTS (Specification: MIL-DTL-25524, latest version)
- Aviation Gasoline, Low Lead, Grade 100LL, NATO F-18 (Specifications: DEF STD 91-90 and ASTM D910, latest versions)
Diesel Fuels
- Diesel Fuel, Naval Distillate Fuel, NATO F-76 (Specification: MIL-DTL-16884, latest version)
- Diesel Fuel Oil, Grades: Ultra-low sulfur No.1 & No. 2; Low Sulfur No.1 & No. 2 (Specification: ASTM D975, latest version)
- Diesel Fuel Oil (Specification: EN 590, latest version)
- Marine Residual Fuel Oil, Grades: RME-180, RME-380(Specification: ISO 8217, latest version)
- Marine Diesel Fuel Oil, Grades: MGO (Specification: ISO 8217, latest version)
Unleaded Fuels
- Fuel, Automotive Spark Ignition Engine Grades Regular, Midgrade, Premium (Specification: ASTM D4814, latest version)
- Fuel, Automotive Spark Ignition Engine (Specification: EN 228, latest version)
Additives
- Fuel System Icing Inhibitor (FSII), High Flash (Specification: MIL-DTL-85470, latest version)
Lube Oils
- Lubrication Oil, Steam Turbine and Gear, Grade LTL MIL Symbol 2190 (Specification: MIL-PRF-17331, latest version)
- Lubrication Oil, Shipboard Internal Combustion, High Output Diesel, Grade LO6, MIL Symbol 9250 (Specification: MIL-PRF-9000, latest version)
- Lubrication Oil, Catapult Launch Engine, Grade CLB, (Specification: MIL-PRF-32644, latest version)
The period of performance would begin on April 1, 2026, through March 31, 2028 (two-year base), April 1, 2028, through March 31, 2030 (two-year option) and April 1, 2030, through September 30, 2030 (six-month extension). The North American Industry Classification System (NAICS) Code is 541380 and the size standard is $16.5 million.
Interested parties should respond to the following:
- Provide a company profile to include number of employees, annual revenue history for (last three (3) years), office locations(s), DUNS/CAGE Code number, and a statement regarding business status. Please note that registration in the System for Award Management (SAM) and Wide Area Workflow (WAWF) is required for DLA Energy contractors.
- Capability of providing qualified and experienced personnel, with appropriate clearances, as required.
- Past Performance: Do you have past performance as a prime contractor or subcontractor on a service contract for similar laboratory testing of Government-owned petroleum product requirements? 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. Also include whether your firm acted as a subcontractor or joint venture. Please list the name of the prime contractor or other party, the specific work performed, percentage of work performed by other party, and address any past performance problems, and resolutions taken.
- Do you anticipate any type of teaming arrangement for this requirement? If yes, please specify the type of arrangement, the percentage of work involved, and the kinds of services you would provide.
- Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a 4.5 year contract with multiple locations, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? Please elaborate.
- What realistic transition period would you require to commence performance with personnel, equipment, and materials?
Interested parties may identify their capabilities by responding to this requirement by June 23, 2025, no later than 11:00 AM local Fort Belvoir time, EST. Responses should be submitted via email and shall include a detailed capabilities statement answering the questions above. Responses shall be limited to 15 pages only.
Only responses submitted via e-mail will be considered. Email responses to Karen Tom, Contract Specialist at [email protected] or Alexandro Cano, Contract Officer at [email protected].
Bid Protests Not Available