Loading...
SPE60526Q0245
Response Deadline
May 4, 2026, 2:00 PM(EDT)3 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12. 2 of the Revolutionary FAR Overhaul (RFO), as supplemented with additional information included in this notice.
Quotes are being requested and a written solicitation will not be issued. The purchase order resulting from this procurement will be a firm fixed-price Purchase Order. The solicitation, SPE60526Q0245, is issued as a Request for Quotation (RFQ), under RFO Part 12 - Acquisition of Commercial Products and Commercial Services. This document and incorporated provisions and clauses are those in effect through the Revolutionary Federal Acquisition Regulation Overhaul (RFO) Effective Date 02/01/2026, and Defense Federal Acquisition Regulation Supplement (DFARS): DFARS Change 11/10/2025, effective date 11/10/2025; DPAS rating for potential award is PO. The clauses and provisions referenced in this solicitation may be reviewed/obtained in full text form at https://www.acquisition.gov. The prompt payment act is applicable.
NOTE: In accordance with FAR 52.204-7 System of Award Management (SAM) Nov 2024, All offers shall be registered in, under NACIS 324110.
**Please provide your CAGE Code with your quote.
Scope of Contract:
CLIN 0001 – The contractor shall provide under line item 0001:
Fuel Type
Fuel Oil, Burner #2 (FS2)
NSN: 9140-002474365
All Offerors are REQUIRED to furnish a Certificate of Analysis (COA) with its offer for all types of fuel offered on. In accordance with ENERGY QAP C1.02 GEN TECH GUIDANCE (MAR 2025), COAs must be less than 3 months old to be considered valid.
Quantity: 10,572 US Gallons
Required Delivery Date: May 6, 2026
Delivery Hours: Between 0800 hours and not later than 1600 hours
Delivery Address: LEUTSESTRAAT 34 ZUTENDAAL Military Base
Delivery Mode: Tank Wagon; Equipment Hand Pump; Conductive meter, 40 meters hose
No. of Tanks Capacity Type Tank Location
1 264 ABOVE GROUND TANK(S) LEUTSESTRAAT 34 - BUILDING 50008
1 2283 ABOVE GROUND TANK(S) LEUTSESTRAAT 34 - BUILDING 50035
1 277 ABOVE GROUND TANK(S) LEUTSESTRAAT 34 - ACP 2
1 52834 ABOVE GROUND TANK(S) LEUTSESTRAAT 34 - BUILDING 50008
1 6600 ABOVE GROUND TANK(S) LEUTSESTRAAT 34 - BUILDING 50035
1 872 ABOVE GROUND TANK(S) LEUTSESTRAAT 34 - BUILDING L2
1 2642 BELOW GROUND TANK LEUTSESTRAAT 34 - BUILDING 50010
1 740 BELOW GROUND TANK LEUTSESTRAAT 34 - BUILDING 50068
2 250 ABOVE GROUND TANK(S) LEUTSESTRAAT 34 - BUILDING 50052
Special Note:
1. Inspection and Acceptance at Destination
2. Ensure driver carries two forms of I.D.
3. Driver must also provide a valid Delivery Order number when they arrive on station
EVALUATION FACTORS:
FACTOR 1: TECHNICAL CAPABILITY
Technical capability will be evaluated as either Acceptable or Unacceptable:
Acceptable: The offer clearly meets the minimum requirements of the solicitation.
Unacceptable: The offer does not clearly meet the minimum requirements of the solicitation.
FACTOR 2: PRICE
The offered unit price must be in US Dollars per gallon for individual CLIN will be multiplied by the quantity stated in the RFQ CLIN 0001 Description. The resultant price will be the total offer price that the Government will evaluate for purposes of PO award.
FOB Destination.
Electronic Funds Transfer as a means of payment will be made upon receipt and acceptance of all products through Wide Area WorkFlow (WAWF).
The following provisions and clauses apply to this acquisition:
FAR 52-212- 1, Instructions to Offerors—Commercial Products and Commercial Services; FAR 52.212-2 Evaluation—Commercial Products and Commercial Services; the evaluation criteria stated in paragraph (a) of the provision are as follows: Lowest Price Technically Acceptable. The contract award will be offered to the best value offer made to the Government, considering price, technical capability, and past performance. FAR 52.212-4, Terms and Conditions—Commercial Products and Commercial Services. FAR 52.246-2, and the following apply: FAR 52.211-11, DFARS 252.203-7000, 252.225-7021, and 252.232-7003 shall be applicable.
*Note: The government will not assume any responsibility above the 10% variance authorized by the contract.*
Variation in Quantity
(a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b).
(b) The permissible variation shall be limited to:
_10__ Percent increase
_10__ Percent decrease
This increase or decrease shall apply to ____________.*
* Contracting Officer shall insert in the blank the designation(s) to which the percentages apply, such as-
(1) The total contract quantity;
(2) Item1 only;
(3) Each quantity specified in the delivery schedule;
(4) The total item quantity for each destination; or
(5) The total quantity of each item without regard to destination.
PLEASE NOTE: DoD installations and Federal Government facilities have access control measures and procedures in place. You and your subcontractor are responsible for knowing and complying with all physical security measures and access control procedures on the DoD installation or Federal Government facility you are delivering to. Be aware that gaining access to a DoD installation or Federal Government facility can be a lengthy process. DLA Energy is not responsible for any delays at physical security check points and will not pay for any costs incurred as a result of delays at physical security check points.
Quotes containing accelerated payment terms or additional fees/costs for delays caused at
government physical security check points will not be considered.
Responsible offerors shall submit quotes to Caitlyn Varricchione, Contract Specialist, at email DLAEnergyFEPCB@dla.mil. Offers are due by Monday, May 4, 2026, 10:00 A.M., Fort Belvoir, VA, time.
Offerors shall include all applicable fees in the offer price. DLA Energy appreciates your interest in this requirement.
Caitlyn Varricchione
Nicholas Labecki
DEPT OF DEFENSE
DEFENSE LOGISTICS AGENCY
DLA ENERGY
DLA ENERGY
DLA ENERGY
POST, CAMPS, AND STATIONS
8725 JOHN J. KINGMAN ROAD
FORT BELVOIR, VA, 22060
NAICS
Petroleum Refineries
PSC
FUEL OILS