Skip to content
Department of Defense

Government-Owned, Contractor-Operated (GOCO) fuel services at Naval Air Station Corpus Christi, TX

Solicitation: SPE603-26-R-5X20
Notice ID: c4bc4ecc72404bd8bf8a8668f0388d40
TypeSources SoughtNAICS 493190PSCM1GCDepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateTXPostedMar 24, 2026, 12:00 AM UTCDueApr 13, 2026, 07:00 PM UTCCloses in 15 days

Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Apr 13, 2026. Industry: NAICS 493190 • PSC M1GC.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPE603-26-R-5X20. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 493190 (last 12 months), benchmarked to sector 49.

12-month awarded value
$431,643,520
Sector total $524,539,369 • Share 82.3%
Live
Median
$2,465,623
P10–P90
$518,122$4,413,125
Volatility
Volatile158%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
82.3%
share
Momentum (last 3 vs prior 3 buckets)
+100%($431,643,520)
Deal sizing
$2,465,623 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for TX
Live POP
Place of performance
Corpus Christi, Texas • United States
State: TX
Contracting office
Fort Belvoir, VA • 22060 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
TX20260272 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Texas • Waller
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)
Base $30.20Fringe $12.38
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+51 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 51 more rate previews.
Davis-BaconBest fitstate match
TX20260272 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Waller
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)
Base $30.20Fringe $12.38
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
CARPENTER (Excludes Acoustical Ceiling Installation,Drywall Hanging, Form Work and Metal Stud Installation)
Base $33.27Fringe $9.73
+50 more occupation rates in this WD
Davis-Baconstate match
TX20260290 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Atascosa, Medina
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)
Base $29.50Fringe $8.79
Rate
BOILERMAKER
Base $33.17Fringe $24.92
Rate
BRICKLAYER
Base $25.50Fringe $8.12
+42 more occupation rates in this WD
Davis-Baconstate match
TX20260216 (Rev 1)
Open WD
Published Jan 23, 2026Texas • Matagorda, Refugio
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.20Fringe $12.38
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $30.50Fringe $8.89
Rate
BOILERMAKER
Base $33.17Fringe $24.92
+23 more occupation rates in this WD
Davis-Baconstate match
TX20260207 (Rev 0)
Open WD
Published Jan 02, 2026Texas • Hutchinson, Roberts
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $33.23Fringe $7.52
Rate
Boilermaker
Base $33.17Fringe $24.92
Rate
Carpenter
Base $28.57Fringe $9.30
+20 more occupation rates in this WD

Point of Contact

Name
Mason Smith
Email
mason.smith@dla.mil
Phone
571-651-7780
Name
Thea Miller-Smith
Email
Radhiyah.Smith@dla.mil
Phone
5715850951

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA ENERGY
Office
DLA ENERGY
Contracting Office Address
Fort Belvoir, VA
22060 USA

More in NAICS 493190

Description

SOURCES SOUGHT NOTICE

Naval Air Station (NAS) Corpus Christi, Texas

Solicitation Number: SPE603-26-R-0536

Procurement Type: Sources Sought Notice

Title:

Government-Owned, Contractor-Operated (GOCO) Fuel Services and Bulk Fuel Storage/Distribution at NAS Corpus Christi, Texas

Primary Point of Contact:

Mason Smith, Contract Specialist

Bulk Petroleum Supply Chain Services

Defense Logistics Agency Energy – FESAB

mason.smith@dla.mil

Secondary Point of Contact:

R. (Thea) Miller-Smith, Contracting Officer

Bulk Petroleum Supply Chain Services

Defense Logistics Agency Energy – FESAB

radhiyah.smith@dla.mil

Response Date:

Monday, April 13, 2026, 3:00 PM Eastern Time

  1. Notice Details

This is a SOURCES SOUGHT notice for market research purposes only. This Sources Sought Notice is not a promise to issue an RFQ or RFP in the future. This Sources Sought Notice request seeks information only and does not obligate the Government to contract for any supplies or services. The Government is not seeking price proposals at this time and will not accept unsolicited price proposals. All responsible sources are encouraged to submit a response to this notice. All information received will be considered. Please be advised that the Government will not pay for any costs incurred in response to this notice. All information received will be used to assess the marketplace and determine the appropriate acquisition strategy for this procurement. An offeror will not be precluded from submitting a proposal on any resultant solicitation, should the offeror decide not to respond to this Sources Sought notice. However, a lack of interest in this requirement may keep this effort from moving forward competitively. The potential opportunity for set-asides for small businesses and small disadvantaged businesses will be considered based on the responses received.

The North American Industry Classification System (NAICS) code for this requirement is 493190 (Other Warehousing and Storage) and the standard size is $36.5 million.

  1. Responsibilities

The Defense Logistics Agency (DLA) Energy anticipates issuing solicitation SPE603-26-R-0536 for comprehensive fuel services at NAS Corpus Christi, Texas (TX). The contractor shall be responsible for the management, operation, and maintenance of all non-personal services to operate and maintain Government-Owned, Contractor-Operated (GOCO) fuel facilities at NAS Corpus Chrisi, TX. Interested offerors 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 core responsibilities include, but are not limited to:

  • Performing all functions related to the receipt, storage, handling, and dispensing of government-owned fuel products.
  • Maintaining strict product quality, accountability, and inventory control in accordance with DLA Energy directives.
  • Conducting all required product quality surveillance, including routine sampling and testing.
  • Performing all operator maintenance, preventive maintenance, and recurring maintenance for all fuel facilities, systems, and equipment.
  • The contractor will be responsible for providing a fully trained and qualified workforce as detailed in an approved staffing plan to accomplish all PWS tasks; including, but not limited to, all personnel, management, and equipment necessary to perform the bulk fuel services outlined in the PWS.

Ensuring full compliance with all applicable Department of War (DoW), federal, Navy, state, and local directives and laws concerning environmental protection, safety, and security.

  1. Background

The NAS Corpus Christi aviation bulk fuel storage compound is a compact system consisting of two 6,000-barrel aboveground fuel storage tanks and the components to receive fuel by commercial tank truck, and supply product to the mobile refuelers at the fill-stands. The fuel storage compound, Building 1717 houses the terminal manager (TM), accounting office, dispatcher, and fuel laboratory. At the opposite end of the flight line are the base service station, Building 169, mobile refueling parking compound, and Building 28, which provides offices for the assistant terminal manager (ATM), maintenance shop, and drivers. The military service station is supplied by two ConVault commercial tanks; Unleaded, gas type (GUR), 4,000-gallon tank and diesel (DS-2), 8,000-gallon tank, which is located across from Building 28’s refueler parking area. Aviation units and training squadrons include VT-27 and VT-28 (T-6B Texan II), VT-31and VT-35 (T-44C Pegasus/T-54A Marlin II). The base also supports a US Customs Service Unit (BE-360), transient customers and the Corpus Christi Army Depot (CCAD).

  1. Anticipated Contract Details
  • Contract Type: The Government anticipates awarding a firm-fixed-price (FFP) contract.
  • Period of Performance: The resultant contract is expected to include a four-year base period, one five-year option period in accordance with FAR 52.217-9, and a six-month service extension under FAR 52.217-8, which may be exercised in monthly increments, (not exceeding six months).
  • Solicitation: The solicitation, SPE603-26-R-0536, will be published electronically on the System for Award Management (SAM) website at https://www.sam.gov/. All interested offerors will be required to have an active registration in SAM to be eligible for award.

  1. Information Sought from Interested Parties

DLA Energy seeks capability statements from businesses that have the resources and experience to successfully fulfil the requirements described herein. All interested parties should submit a capability statement of no more than ten pages. The statement must be structured to address the following sections:

  • Corporate Overview
    • Company Name Address, CAGE Code, and Unique Entity Identifier (UEI)
    • Point of Contact Information (name, title, phone, email)
    • A statement of business size and a comprehensive list of all applicable socioeconomic certifications (e.g., Small Business, Service-Disabled Veteran-Owned Small Business [SDVOSB], 8(a), HUBZone, Women-Owned Small Business [WOSB]).
  • Relevant Experience and Past Performance
    • Provide a summary of relevant experience performing services of similar size, scope, and complexity within the last five years. Respondents must provide at least two and no more than three specific contract examples, detailing for each:
      • Contract Number and Customer (Government Agency or Commercial Entity).
      • Period of Performance and Total Contract Value.
      • Contract Type (e.g., firm-fixed-price, cost reimbursement).
      • A detailed description of the services provided, specifically highlighting their relevance to GOCO fuels management.
      • For work performed as a subcontractor or joint venture, identify the prime contractor and describe the specific scope and percentage of work your firm performed.
      • A summary of any challenges encountered and the resolutions implemented.

  • Technical and Staffing Capability
    • A brief description of your company’s capability to source, train, and retain qualified personnel with the necessary skills and security clearances to meet the PWS requirements.
  • Financial and Administrative Capability
    • A statement affirming the company's financial stability and access to sufficient credit to manage the cash flow for a contract of this scale and duration.
  • Teaming Strategy
    • A description of any anticipated teaming arrangements, including the potential prime/subcontractor relationship, the type of work to be performed by each partner, and the estimated percentage of work share.
  • Phase-In Period
    • A statement on the realistic phase-in period required to become fully operational, including the mobilization of all necessary personnel, equipment, and materials.

  1. Submission Instructions

Please submit capability statements via email to the points of contact below no later than Monday, April 13, 2026, 3:00 PM Eastern Time. The subject line of the email should read: "NAS Corpus Christi (SPE603-26-R-0536): Sources Sought."

  • Primary Contact: Mason Smith, mason.smith@dla.mil
  • Secondary Contact: R. (Thea) Miller-Smith, radhiyah.smith@dla.mil

**This is not an RFP. This notice is for planning and informational purposes only and does not constitute a commitment by the Government to award a contract.**

Modification 01 to Sources Sought Notice SPE60326R5X20

Issued: March 24, 2026

Subject: Addition of Previous Contract Information

  1. The purpose of this modification is to provide interested parties with the predecessor contract information related to this requirement.
  2. The following information is provided for market research and informational purposes:
    • Previous Contract Number: SPE60017C5012
  3. All other terms and conditions of the original Sources Sought notice remain unchanged. The response date is not extended.

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.