1. This is a solicitation for commercial items prepared in accordance with the format in FAR Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the solicitation, submit written proposals only. Oral proposals will not be accepted.
2. This opportunity is UNRESTRICTED and NAICS 324110 size standards applies (1500), the contract resulting from this procurement will be a Fixed-Price with an Economic Price Adjustment Requirements Type Contract using the Simplified Acquisition Procedures (SAP) in accordance with FAR Parts 12 and 13. The solicitation SPE60525R0217 is issued as a Request for Proposal (RFP).
3. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were provided in full text. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-04 dated 11 June 2025; DFARS Change effective 17 January 2025; Defense Logistics Agency Directive (DLAD) effective, 6 September 2024; and Defense Logistics Agency Energy Procurement Instruction (DEPI) effective May 2025; up to Procurement Flash 2025-0080, effective 3 June 2025. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its offer. DPAS rating for potential award is DO. The text of the referenced clause and provision in this solicitation may be accessed electronically in full text at https://www.acquisition.gov/ and https://www.dla.mil/acquistion/.
4. Defense Logistics Agency-Energy intends to procure fuel products to support military exercises in various locations throughout the Pacific Regions. All responsible vendor/contractor sources may submit proposal responses, which, if timely received, will be considered by the agency. Defense Logistics Agency-Energy is seeking to procure Gasoline Premium Unleaded (MUP) NSN: 9130-00-148-7104, Diesel Fuel Grade 2-D S5000 (DF2) NSN: 9140-00-286-7104, and Turbine Fuel Aviation Jet A-1 (JA1) NSN: 9130-00-753-5026 over 4 years and 8 month period in support of the INDOPACOM 1.6X OCONUS EXERCISES for exercise locations in the Philippines.
5. The period for acceptance of offers: Offerors agree to hold the prices in their offer firm for 180 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum.
6. Offer price should include all cost arising from performance of the contract requirement including applicable taxes and fees for which the US Government is not exempt. Offerors must submit pricing in unit/per USG (United States Gallons) format (United States American Dollar / USG); example ($0.0000/USG).
7. Offers must provide an offer in accordance with the RFP solicitation and Alternate offers for fuel and escalator price will not be accepted and will be excluded for award evaluation.
8. This is an open continuous solicitation with successive closing dates for DLA Energy INDOPACOM Posts, Camps and Station (PC&S) Purchase Program 1.6X requirements. The Government anticipates receiving new requirements throughout the performance period. Therefore, solicitation SPE605‐25‐R‐0217 will remain open until May 31, 2030, for any new Solicitation Line Item Numbers (SLINs) to be solicited. As new requirements are received, the Government will issue amendment(s) to the solicitation, with new closing dates for the new requirements, and afford all offerors an opportunity to compete for the new SLINs.
9. Description of Requirements: The description, quantities, location, delivery hours, equipment, and other details required for this solicitation are listed in ATTACHMENT A “SCHEDULE OF SUPPLIES”. Delivery of all other line items in the schedule of supplies shall be F.o.b. Destination.
10. Ordering Period: The ordering period for all contracts awarded under this solicitation will be 1 September 2025 through 31 May 2030. The delivery period ends 30 days after the last day of the ordering period, 30 June 2030. This contract includes an option period that if exercised would have an ordering period that starts 01 June 2030 through 31 December 2030. The options delivery period would end 30 days after the last day of the ordering period, 31 January 2031.
SPECIAL INSTRUCTIONS—PLEASE READ CAREFULLY
- CLOSING DATE: 4 August 2025; 10:00 AM, Eastern Standard Time (EST). Proposals must be received by 10:00 PM, Eastern Time, local Fort Belvoir, VA time, on 4 August 2025. ALL proposals and required documentation SHALL be emailed to Contract Specialist, Colleen Fantasia at Colleen.Fantasia@dla.mil, Kimberly Binns at Kimberly.Binns@dla.mil, and DLAEnergyFEPAB@dla.mil no later than RPQ due date/time.
- PROPOSAL SUBMISSION:
- Offer Prices and ALL supporting documents shall be submitted using Attachment F - Pricing & Options Submission Spreadsheet via email to Colleen Fantasia at Colleen.Fantasia@dla.mil, Kimberly Binns at Kimberly.Binns@dla.mil, and DLAEnergyFEPAB@dla.mil. All offerors shall refer to 52.212-1 INSTRUCTIONS TO OFFERORS –COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEPT 2023) for instructions on how to prepare and submit a proposal.
NOTE 1: Attachment F – Pricing & Options Submission Spreadsheet includes Tab 1 – Pricing and Tab 2 – Options.
- OFFER SUBMISSION: To be a valid offer all offerors submitting a proposal under SPE605-25-R-0217 shall be registered in System for Award Management (SAM) at https://beta.sam.gov.
Registration in the below systems is required by offer submission date and time.
- Wide Area Workflow (WAWF) at https://www.wawf.eb.mil (which includes myInvoice)
- DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil
- REPRESENTATIONS AND CERTIFICATES: All Vendors shall submit a completed copy of their Certifications and Representations from SAM.GOV.
- NOTICE OF VOIDABILITY: Any contract awarded to a contractor who at the time of award was suspended, debarred or ineligible for receipt of contracts with any government agency or in receipt of roposed debarment from any government agency is voidable at the option of the Government and Management (SAM) at https://www.beta.SAM.gov.
- PRICING SUBMISSION: VENDORS ARE RESPONSIBLE FOR ENSURING ALL APPLICABLE TAXES AND FEES ARE INCLUDED IN THEIR PROPOSED PRICES.
- ACKNOWLEDGEMENT OF AMENDMENTS: If issued, all contractors shall acknowledge receipt of any amendments to this solicitation. A Contractor’s designated agent can do this by completing Block 8, signing, and returning one (1) copy of the amendment to Contract Specialist, Colleen Fantasia at Colleen.Fantasia@dla.mil, Kimberly Binns at Kimberly.Binns@dla.mil, and DLAEnergyFEPAB@dla.mil. Contractor’s designated agent must ensure Blocks 15A, 15B, and 15C of the Standard Form 30 are filled.
- EXCEPTIONS: DLA Energy will not be accepting any exceptions to the terms and conditions of the solicitation.
- ALTERNATE OFFERS: Offers shall provide an offer/proposal in accordance with the RFP solicitation. Alternate offers for fuel and escalator will NOT be accepted and will be excluded for proposal evaluation.
- Vendor Fuel Payment Responsibility: Refineries used by the vendor that requires fuel payment prior to vendor picking up the fuel shall be paid by the vendor. The Government will not pay for fuel pick up prior to delivery at the scheduled/ordered destination point.
- LATE OFFERS: Please note offers shall be received by 4 August 2025 at 10:00 AM Eastern Time, Loacl Fort Belvoir, VA time. Any offer received after the closing will be deemed as “late” and may not be considered for evaluations.
- The Government intends to evaluate offers and award a contract(s) without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a cost or price and technical standpoint.
- Offerors shall submit any organizational and consultant conflicts of interest (OCCI) in accordance with FAR 9.5. Offerors with OCIs shall submit a mitigation plan with their proposal, in their Offeror letter. If your company does not have any OCCIs, provide a statement saying your company does not have any OCCIs in your Offeror letter.
- The contractor selected for award shall be ready to deliver fuel in accordance with the contract requirements and delivery schedule.
- This solicitation includes options. Pricing for all options line item(s) shall be submitted via excel spreadsheet, Attachment F – Pricing & Option Submission Spreadsheet. The spreadsheet shall not be altered. The spreadsheet shall be submitted via email to Colleen Fantasia at Colleen.Fantasia@dla.mil, Kimberly Binns at Kimberly.Binns@dla.mil, and DLA Energy Group Email: DLAEnergyFEPAB@dla.mil.
- FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)
Reference 52.212-1 Addendum Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023).
This solicitation requires your business to provide a proposal divided into four (4) volumes. Offerors shall read the solicitation and its instructions carefully to ensure their proposal aligns with the Government’s requirements. Ensure adherence to all requirements as stipulated in FAR 52.212-2 EVALUATION—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021). Offerors are further cautioned that not complying to the instructions that their proposal may not be further considered.
- Responsiveness
Offerors should thoroughly read and understand the terms and conditions contained in the solicitation. To be deemed responsive, offerors shall provide all documentation required by the solicitation. Failure to provide any information requested in the solicitation may preclude the offer from any further consideration. Offerors should ensure that the information contained in their offer is factual, accurate, and complete.
Responsive offers will also include submission of items required:
- Provide Offeror Representations & Certifications, to include ALL completed fill-in provisions as required under Special Instructions, and the requirements of FAR 52.212-1 are met.
- SF1449: block 17a properly reflects company’s address, CAGE, and phone number. Block 30a-c signed by an authorized person named in the offeror letter in #3 (ii) below.
- Offeror Letter shall include the information below:
- Solicitation number
- List of persons authorized to obligate your company to perform if awarded a contract under this solicitation. Provide point of contact (POC) information listed below for authorized persons:
- Name, Position Title
- Phone number
- Email address
- “Remit to” address, if it is different than the mailing address;
- Terms of any expressed warranty;
- Discount Terms (if any);
- Proposals in response to this solicitation will be valid for 180 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.
- A statement saying the offerors SAM representation and certification is up to date as of the date of proposal submission. Reference FAR Part 52.204-7, all offerors are required to be registered in sam.gov when submitting an offer and at the time of award. Offerors are forewarned that submission of a filled in FAR 52.212-3(b) (Representations and Certifications) without an active SAM account may be considered non-compliant.
- Provide a statement of understanding that the Government will not pay for fuel prior to delivery location stated on the delivery order.
- Price submitted via email with all applicable taxes and fees included
- Provide a statement that confirms their ability to perform all contractual obligations in a satisfactory manner for the duration of the contract period at the offer price(s) submitted in response to Solicitation SPE605-25-R-0217.
- Vendors shall include a completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services with it’s offer. A printout from sam.gov is acceptable.
- Reference FAR 9.5. If your company has any OCCIs, provide your OCCIs and a mitigation plan. If your company does not have any OCCIs, provide a statement saying your company does not have any OCCIs.
- Provide signed (by an authorized person) copies of each amendment.
(b) Proposal Submission
- Offerors SHALL mark all proprietary data within the proposal before submission.
- All proposal information SHALL be submitted in English.
- This solicitation requires your business to provide a proposal divided into four (4) volumes. The following volumes shall be used to evaluate offers:
Volume I: Compliance and Offer Letter
Volume II: Technical Proposal
Volume III: Price Proposal
Volume IV: Past Performance Proposal
- The offeror’s company name and the solicitation number shall be stated on each volume.
(c) Proposal Format and Content:
- Volume I - Compliance and Offer Letter:
- Ensure all compliance requirements (documents) from Special Instructions and FAR 52.212-1 are met.
- Attach a signed offer letter on company letterhead.
- Volume II - Technical Proposal:
- Cover every aspect of the Technical Capability evaluation criteria mentioned in FAR 52.212-2 EVALUATION—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021).
- Submit all required documentation listed in FAR 52.212-2 EVALUATION—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021).
- Note: The technical proposal SHALL NOT contain any pricing.
- Volume III – Pricing Proposal:
- All pricing shall be submitted in United States Dollars (USD). Provide a statement confirming that all pricing has been submitted in United States Dollars (USD).
- All units of measure shall be in United States Gallons (USG). Provide a statement confirming that all units of measure is in United States Gallons (USG).
- Offerors shall submit all pricing for the option line items via excel spreadsheet identified as Attachment F – Pricing & Options Submission Spreadsheet. This spreadsheet shall be submitted in an “.xls” formatted spreadsheet. No PDF’d spreadsheets will be accepted. This spreadsheet shall be submitted via email to Colleen Fantasia at Colleen.Fantasia@dla.mil, Kimberly Binns at Kimberly.Binns@dla.mil, and DLA Energy Group Email: DLAEnergyFEPAB@dla.mil.
Note 1: The offerors company name and solicitation shall be included/written in the email.
- Volume IV - Past Performance:
- Offerors shall provide the information below for up to three (3) previous projects/contracts demonstrating the ability to meet the requirements of the current solicitation.
•Name of the Contracting Officer or customer
•Phone Number and email address of Contracting Officer or customer
•Contract Number/Name of the Project
•Dates of performance
•Brief summary of the nature of the work performed and dollar value. Offerors will also provide the section of the contract (redacting pricing as necessary) that identifies work that is relevant to the magnitude/scope of the stated requirement.
-
- The offeror’s company name and the solicitation number shall be included/written in the email.
-
-
- Modifying your Proposal:
-
- If it is necessary to change your proposal, submit changes in writing via email to Colleen Fantasia at Colleen.Fantasia@dla.mil, Kimberly Binns at Kimberly.Binns@dla.mil, and DLA Energy Group Email: DLAEnergyFEPAB@dla.mil.
-
- Clearly mark/title all changes as “Proposal Amendment”, as well as state the offerors company name and the solicitation number.
-
- All modifications/amendments to the pricing for the option line items, shall be modified and re-submitted in Attachment F – Pricing & Option Submission Spreadsheet in “.xls” format. The spreadsheet shall be submitted before submission deadline via email to Colleen Fantasia at Colleen.Fantasia@dla.mil, Kimberly Binns at Kimberly.Binns@dla.mil, and DLA Energy Group Email: DLAEnergyFEPAB@dla.mil.
-
- Proposals can be withdrawn at any time before an award is made. Withdraws shall be made in writing and submitted to Colleen.Fantasia@dla.mil; Kimberly Binns at Kimberly.Binns@dla.mil; and DLA Energy Group Email: DLAEnergyFEPAB@dla.mil.
- Evaluations and Basis for Award:
A contract awarded as a result of this solicitation will be a FIXED PRICE REQUIREMENTS CONTRACT WITH ECONOMIC PRICE ADJUSTMENT to the responsive and responsible offeror whose offer, conforming to the requirements in this RFP will be most advantageous to the Government, price and other factors considered. Award will be made based upon the following factors: Offer & Compliance, Technical Proposal, Price Proposal, and Past Performance. Please refer to FAR 52.216-1, TYPE OF CONTRACT (APR 1984) and FAR 52.216-21 REQUIREMENTS (OCT 1995).
FAR 52.212-2 EVALUATION—COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Basis for award: The contract will be awarded to a responsive and responsible offer that is determined the best value (FAR 13.106-2 (4)(ii)) to the Government.
The award decision will consider non-price factors, when combined, as significantly more important than price.
- The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate proposals:
Factor 1: Technical
Factor 2: Price
Factor 3: Past Performance
The Government will evaluate an offeror’s technical capability on an “Acceptable” / “Unacceptable” basis. To be considered “Technically Acceptable”, offerors shall provide all the following information (below). Proposals that do not provide all the information below will be rated “Technically Unacceptable” and will not be considered for award.
- Provide a supplier commitment letter(s) for each type of fuel being offered on.
- Letters of commitment must state the fuel specification, the source of supply, the length of time the commitment letter is good for, the solicitation it will be supplied to and be placed on the supplier letterhead and stamped and signed by an official of either of those entities.
- Provide a Certificate of Analysis (COA) or Certificate of Quality (COQ) that provides test results that meet the Government’s specification standards as stated in the applicable Quality Assurance Provision (QAP) provided in Attachment C – Energy C - QAPs Portfolio.
If sourcing from a location which blends several batches from more than one refinery source (terminal), vendors shall submit a current, full specification, Certificate of Analysis (COA), of that blended product.
- Offerors submitting proposals for fuel requiring additives shall provide a COA or COQ stating the level of each additive in the fuel in accordance with Attachment C – Energy C - QAPs Portfolio. For example, if the requirement is for Turbine Fuel, Aviation, Jet A-1 (NSN: 9130-00-753-5026) with additives FSII, SDA, and CI//II, the levels of each additive (per gallon) must be stated.
- Certify that the Offeror has transportation assets capable of meeting the requirement or a copy of the transportation agreement(s) from the subcontractor(s) of the company that will be delivering fuel to the delivery point.
- The vendor’s offered unit price (per gallon) will be multiplied by the line item’s quantity as stated in Attachment A - Schedule of Supplies. The resultant price will be the total offer price that the Government will evaluate for the purposes of contract award.
Each line item will be evaluated and awarded independently from all other line items. Offerors shall submit pricing in United States Dollars (USD). Offerors shall use United States Gallons (USG) as their unit of measure.
In accordance with FAR 13.106-2(a)(ii), offer prices shall be inclusive of transportation charges from the shipping point to the delivery destination. Offerors are reminded that, in accordance with FAR Clause 52.229-6, all proposed unit prices shall include all applicable taxes and duties, except taxes and duties that the Government of the United Sates and the government of the country concerned have agreed shall not be applicable to expenditures in such country by or on behalf of the United States.
Also, pricing shall include all applicable taxes, fees, and/or duties, except taxes and duties that the Government of the United States is not exempt. It is the offeror’s responsibility to ensure all applicable taxes and fee are included in their offered price(s).
Proposed prices should reflect a clear understanding of the requirement(s) and is consistent with various elements of the requirement for which offered.
Note: While non-price factors are not evaluated under this specific section, the Government reserves the right to consider non-priced factors as described elsewhere in this solicitation when making the final award decision.
- Options
- In accordance with FAR 52.217-6, the Government may increase the quantity of supplies called for in Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within one (1) day of the end of the basic contract ordering period. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree.
In accordance with FAR 52.217-7, the Government may require the delivery of the numbered line item, identified in the schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the end of the basic contract ordering period. Delivery of added items shall continue at the same rate that like items are called for under contract, unless the parties otherwise agree.
In accordance with FAR 52.217-6, The quantity increase for each Option line item will be 25% of the base contract line item quantity/requirement. For example, the quantity for the base line item is 25,000 gallons multiplied by 25% would equal an Option quantity of 6,250 gallons.
The total price of the Option will be calculated by multiplying the Option quantity by the Option unit price. An example of the calculation of total price of the Option is below.
Example: The Option quantity of 6,250 gallons multiplied by the Option unit price of $2.50/gallon = $15,625 which is the total price of the Option.
Each line item number for the base contract period (5-years) has a correlating Option line item number. In accordance with FAR 52.217-7, the ordering period for the Option line items (as identified in “Attachment F – Pricing & Options Submission Spreadsheet”) is: June 1, 2030, through December 31, 2030.
In accordance with FAR Part 52.217-5 Evaluation of Options, for award purposes, the total price for the Option line item will be added to the total price of the basic line item/requirement. Evaluation of option does not obligate the Government to exercise the option(s).
Example of the calculation of the evaluated price is below. The total Option (line item) price is $15,625 + the total price of the basic requirement is $62,500 = $78,125 which is the total evaluated price.
The total evaluated price, including options for quantity increases under FAR 52.217-6 and additional ordering period under FAR 52.217-7, and all other non-priced factors will be considered as part of the award decision.
- Factor 3: Past performance
- The past performance evaluation factor assesses the degree of confidence the Government has in an offeror’s ability to supply products that meet users’ needs, based on a demonstrated record of performance. The assessment of the offeror’s past performance will be used as a means of evaluating the offeror’s ability to meet the solicitation requirements, including the offeror’s ability to conform to contract requirements, specifications and standards of good workmanship, the offeror’s ability to meet delivery schedules, to respond to administrative issues in a timely manner, and to complete a contract, and the offeror’s commitment to maintaining an acceptable level of performance. This includes the offeror’s history of reasonable and cooperative behavior, participation in problem identification, and corrective action measures. Information submitted by offerors shall be verifiable.
The past performance evaluation is an assessment of the offeror’s recent and relevant past performance. The Government will evaluate an offeror’s record of recent and relevant past performance information as it pertains to the solicitation’s requirements on a “Pass”/”Fail” basis.
Recent past performance is defined as a past performance record performed within the last three years. Relevant past performance is the degree to which a recent effort accomplished by the offeror is similar to the effort to be acquired through this acquisition. In determining what is relevant for this acquisition, consideration will be given to those aspects of an offeror’s contract history that would give the greatest ability to measure whether the offeror will satisfy the current acquisition.
Past Performance information is not limited to what is provided by the offeror. The United States Government may use any means to gather past performance information which includes Contractor Performance (CPARS), Supplier Performance Risk System (SPRS), System for Award Management (SAM) / Federal Awardee Performance and Integrity Information System (FAPIIS) and other additional sources or methods.
In accordance with DFARS 252.204-7024 Notice on the Use of the Supplier Performance Risk System (SPRS) risk assessments will be conducted.
A “Pass” rating means that based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.
A “Fail” rating means that Based on the offeror’s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort.
Examples of “Pass” ratings are below.
Example I: When reviewing a vendor’s information in CPARS, the adjectival rating is Satisfactory or higher.
Example II: When reviewing a vendor’s information in SPRS, the rating is “green”, “purple” or “blue”.
Examples of “Fail” ratings are below.
Example I: When reviewing a vendor’s information in CPARS, the adjectival rating is “marginal” or “unsatisfactory” would receive a “Fail” rating.
Example II: When reviewing a vendor’s information in SPRS, the rating is “yellow” or ” red”.
- Offerors shall provide the information below for up to three (3) previous projects/contracts demonstrating the ability to meet requirements of the current solicitation.
- Name of the Contracting Officer or customer
- Phone Number and email address of Contracting Officer or customer
- Contract Number/Name of Project
- Dates of Performance
- Brief Summary of the nature of the work performed and dollar value. Offerors will also provide the section of the contract (redacting pricing as necessary) that identifies work that is relevant to the magnitude/scope of the stated requirement.
Note 1: In the case of an offeror without a record of recent and relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, in the context of acceptability, the offeor shall be determined to have a “Pass” rating.
Note 2: Each project/contract provided by the offeror (reference ii above) shall be both relevant and recent. Projects/contracts that are not both recent and relevant will receive a “Fail” rating for that project/contract.
- Responsibility:
A responsible offeror is one who meets the requirements under FAR Part 9 Contractor Qualifications.
- Options. The Government will evaluate proposals for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
Unbalanced pricing will be determined by comparing all ordering periods separately priced line items to each other. It is heavily encouraged that pricing is adequately explained if there is an appearance of unacceptable risk to the Government.
- A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), after its receipt. Unless a written notice of withdrawal is received before award.
THIS SOLICITATION INCLUDES THE FOLLOWING ATTACHMENTS:
Attachment A – Schedule of Supplies
Attachment B – Govt Base Reference Indexes
Attachment C – Quality Assurance Provisions (C – QAPS)
Attachment D – Quality Assurance Provisions (E – QAPS)
Attachment E – DLA Energy Provision & Clauses
Attachment F – Pricing & Options Submission Spreadsheet
Proposals are due NLT 10:00 AM Eastern Standard Time Monday, 4 August 2025.
Send questions to Contract Specialist, Colleen Fantasia at Colleen.Fantasia@dla.mil and Kimberly Binns at Kimberly.Binns@dla.mil. Email proposals to the contract specialist and DLAEnergyFEPAB@dla.mil no later than RFP due date/time.