The Defense Logistics Agency (DLA) - Energy will be issuing a Request for Proposal (RFP/Solicitation) for Contractor-Owned Contractor Operated (COCO) ancillary facilities and services in Davao, Philippines. The area encompasses a region along the western coast of the Davao Gulf to include Davao City, Davao Del Sur, and Malalag Bay. Interested firms should be able to provide all personnel, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, protect, ship, and account for petroleum products to include Naval Distillate Grade F76 and Turbine Fuel, Aviation Grade JP5.
The contractor shall have the capability to ship and receive via tanker/barge and trucks on a 24-hour per day, 7-days per week basis.
The contractor shall provide facilities capable of shipping via tanker/barge at pumping rates compatible with the mode of transportation tendered (minimum 6,600 BBL for tankers and 2,000 BPH for barges).
The contractor shall provide a dedicated storage facility with (fill capacity) of 548,000 BBLS dedicated storage for Fuel, Naval Distillate Grade F-76 and 429,000 BBLS Turbine Fuel, Aviation Grade JP-5 totaling 977,000 BBLS (fill) capacity at a single location. A minimum of two tanks per product interconnected and segregated from other facilities and products handled within a storage facility is required.
The contractor’s facility shall have the ability to simultaneously issue products to two (2) of the following types of vessels: Medium Range Tanker’s and Barges. Barges are used to fill and support offshore moored vessels. The Contractor’s facilities shall be capable of safely receiving and berthing tanker/barge up to 48,000 dead-weight tonnage (DWT), 750 feet length overall (LOA) and beam of 110 feet with a minimum draft of 42 feet.
The contractor shall have the capability of providing to the U.S. Government at least 1,000,000 barrels of total throughput for each year ~83,333 BBLs per month.
The contractor shall have the additive injection capability for two (2) additives: Fuel System Icing Inhibitor (FSII) and Corrosion Inhibitor/Lubricity Improver Additive (CI/LI).
The solicitation will be published electronically on the System for Award Management (SAM) website at www.SAM.gov. Interested companies responding to the solicitation will be required to register in SAM and Procurement Integrated Enterprise Environment (PIEE) formerly known as Wide Area Workflow (WAWF).
This procurement will be unrestricted under NAICS code 493190 (Other Warehouse and Storage). The Government anticipates awarding a firm fixed-price contract. The resultant contract will include a four-year base period of performance, with one five-year option period of performance, and an option to extend the contract for no more than six months. This procurement will be solicited under Full and Open Competition under the policy and procedures, IAW FAR 6.1.
Please direct any questions concerning this Sources Sought to Contract Specialist, Ashlee Brown at ashlee.brown@dla.mil and/or Contracting Officer, Careka Squire at careka.squire@dla.mil. Submissions should be sent to ashlee.brown@dla.mil NLT 3:00 P.M. local Fort Belvoir, VA time on Tuesday August 5, 2025.
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.