Presolicitation

Contractor-owned, Contractor-operated (COCO) bulk retail services at two locations on Fort Bragg, NC.

Description

SPE603-26-R-5X09 DLA Energy COCO Fuel Services, Operations and Maintenance at Fort Bragg, NC This is a Sources Sought Notice only. It seeks information from small business sources that can provide fuel management services. This notice is also issued for the purpose of market research in accordance with Federal Acquisitions Regulation (FAR) Part 10. No solicitation is being issued at this time. Defense Logistics Agency (DLA) - Energy anticipates issuing a Request for Proposal (RFP) within the next 90 days. For reference purposes the solicitation, when issued, will be numbered SPE603-26-R-5X09. The amount of information available at this time is limited. A preproposal conference will be held after the solicitation is issued. Date and time will be provided later. The DLA Energy, Bulk Petroleum Supply Chain Services, Domestic Storage and Services Division, seeks potential small business sources to perform fuel facility operation, maintenance, support operation, management and administration pertaining to provide Contractor-owned, Contractor-Operated (COCO) bulk retail services at two locations on Fort Bragg, NC. Each location must be capable of storing 90,000 gallons of F24, 20,000 gallons of MUR, and 20,000 gallons of ULSD. Retail services include Issuing F24, ULSD, and MUR and Bulk Loading of F24 and ULSD. The contractor will be additionally responsible to ensure safe and accurate receipt, storage, transfer, issue, quality control, and accounting for Defense Working Capital Fund (DWCF) - owned petroleum products under their control. To be considered, interested firms must demonstrate the capacity to supply all personnel, equipment, and materials required to successfully deliver the specified services. Any facilities, equipment, or materials provided by the contractor must be compatible and suitable for the retail and bulk dispensing of the following fuel types: military-grade aviation fuel F24, commercial gasoline, and commercial diesel. The government will provide the following resources to support the contract: land easements, utility infrastructure, utility billing services, and EPOS (Electronic Point of Sale) components and hardware. One fuel facility must be fully operational and capable of providing the full scope of required services within 12 months of the contract award date. The second facility must be completed within 24 months of the contract award date. The Government will award one firm, fixed price contract for a four-year base period and with five, five-year options to renew, a total of 29 years possible. The expected performance period for the base is March 1, 2027 to February 29, 2031, five (5) five-year option periods from March 1, 2031 to February 28, 2036, then March 1, 2036 to February 28, 2031, then March 1, 2031 to February 28, 2036, then March 1, 2036 to February 28, 2041, then March 1, 2041 to February 28, 2046, then March 1, 2046 to February 28, 2051, then March 1, 2051 to February 28, 2056 and the option to extend, not to exceed six months from March 1, 2056 to August 31, 2056. Contracts awarded are subject to FAR 52.222.41 and Service Contract Act of 1965. The proposed solicitation is being considered for a set-aside under small business set-aside program. The North American Industry Classification System (NAICS) Code is 493190 and the size standard is $36.5 million. The Government is interested in the following small business categories to respond to this notice: Small Businesses, 8(a) Businesses, Historically Underutilized Business Zone (HUBZone) Businesses, and Service Disabled Veteran-Owned Small Businesses (SDVOSBz). Responses are limited to not more than 5 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 as a result of this notice is voluntary. The Government will not pay for any information submitted in response to this notice. All responses to this notice are to be submitted by 3:00 PM local Ft. Belvoir, VA time on December 03, 2025. Only responses submitted via e-mail will be considered. E-mail submissions to: Morishita,Armstead@DLA.MIL. Interested companies should respond to the following: 1. Provide a company profile to include number of employees, annual revenue history for (last 3 years), office location (s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in the System for Award Management (SAM) is required for DLA Energy contractors. 2. Capability of providing qualified and experienced personnel, with appropriate clearances, if required. 3. Past Performance: Do you have past performance as a prime contractor or subcontractor on service contract for similar fuels management 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 provided as they relate to COCO fuels management. If your firm acted as 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 Service Contract Act of 1965 covered contracts? Does your company have experience with Collective Bargaining Agreements (CBAs)? Please explain any experience your company has had with labor unions. 6. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support a four-year contract at one or more locations, in the event there are delays with the payment process? 7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials? Contracting Office Address: 8725 John J. Kingman Road Fort Belvoir, Virginia 22060-6222 United States Place of Performance: Fort Bragg, North Carolina United States

Classification

NAICS Code
493190.0
PSC / Classification Code
M1NA

Key Dates

Posted Date
November 17, 2025
Response Deadline
December 30, 20255 days remaining
Archive Date
December 3, 2025

Details

Notice ID
335d2f5430b24013b8f8f0ed6be6d4a2

Track this opportunity

Sign up to save opportunities, get alerts, and match with relevant contracts.

Get Started Free