GOCO Northwest Region Air Force Bases , Notice ID SPE60326R5X16
Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: UT. Response deadline: Feb 16, 2026. Industry: NAICS 493190.
Market snapshot
Awarded-market signal for NAICS 493190 (last 12 months), benchmarked to sector 49.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 493190
Description
This is a Sources Sought Notice only. It seeks information from business sources that can provide fuel management services at a Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Ellsworth AFB, SD, Grand Fork AFB, ND, Hill AFB, UT, Minot AFB, ND, Mountain Home AFB, ID and Nellis AFB, NV. This notice is issued for the purpose of market research in accordance with Federal Acquisitions 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. This information is subject to modification and in no way binds the Government to award a contract. For reference purposes, this System for Award Management (SAM) notice is numbered SPE60326R5X16.
Defense Logistics Agency (DLA) Energy, Domestic Storage and Services Division, Bulk Petroleum Business Unit-FESAA seeks to identify potential qualified businesses that can perform non-personal services to operate and maintain Government-Owned Contractor-Operated (GOCO) fuel facilities at Ellsworth AFB, SD, Grand Fork AFB, ND, Hill AFB, UT, Minot AFB, ND, Mountain Home AFB, ID and Nellis AFB, NV. Interested firms should be able to provide all personnel, equipment, tools, materials, supplies, and supervision necessary to receive, store, issue, maintain quality, and account for petroleum products, as well as maintain the associated fuel facilities.
The Government plans to award six firm fixed price contracts, one for each location, Ellsworth AFB, SD, Grand Fork AFB, ND, Hill AFB, UT, Minot AFB, ND, Mountain Home AFB, ID and Nellis AFB, NV, for a four-year base period of performance (beginning on or about October 1, 2026), a five-year option period and six one-month extensions. Contracts awarded are subject to FAR 52.222-41, Service Contract Labor Standards to include Collective Bargaining Agreements.
The North American Industry Classification System (NAICS) Code is 493190 (Other Warehousing and Storage) with a size standard of $36.5 million dollars.
The potential RFP will be posted on or after March 9, 2026, and will close about 45 days later. The solicitation will be published electronically on the SAM website at www.sam.gov. Interested companies responding to the solicitation will be required to register in SAM and Wide Area Workflow (WAWF).
In response to this notice please provide the following:
1. A company profile to include number of employees, office location (s), DUNS/CAGE Code number, and a statement regarding current business status. Please note that registration in 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 contracts 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 GOCO fuels management. If your firm acted as subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Please 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 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?
6. Does your company have the financial capability to provide contractor-furnished vehicle(s) to meet the contractor requirements?
7. What realistic phase-in period would you require to commence performance with personnel, equipment, and materials?
8. Locations: Please identify specific sites for which you intend to submit an offer.
Responses are limited to not more than 15 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 received in response to this notice or any subsequent announcement related to this notice. All responses to this Sources Sought Notice are to be submitted by 1500 hours Local Time Ft. Belvoir, VA on February 14, 2026. Submit any response to the following email addresses: Dustin Zeno at Dustin.Zeno@dla.mil and Gordon Braxton at gordon.braxton@dla.mil.
DIBBS / DLA Details
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.