- 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
Government-Owned, Contractor-Operated (GOCO) Fuel Storage Services in Vandenberg AFB, CA
Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Dec 18, 2025. Industry: NAICS 493190 • PSC M1NA.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 247 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 493190
Description
Defense Logistics Agency (DLA) - Energy - FESAA will be issuing a Request for Proposal (RFP) for bulk storage services, retail service station support, alongside aircraft services, and entire fuels management services at Government Owned, Contractor-Operated (GOCO) facilities at Vandenberg AFB, CA. The Contractor will ensure safe, accurate, and timely handling, quality control, and accountability of all Defense Wide Working Capital Fund (DWWCF)-owned petroleum products under their control. The Contractor will perform required maintenance to ensure facilities, associated systems, vehicles, and equipment remain operational to meet the base mission. The Contractor, will provide sufficient general-purpose vehicles with appropriate capability to meet the contract requirements but not limited to towing bowsers, transporting personnel, and performing expeditor duties as needed. The contractor will provide sufficient special purpose vehicles with appropriate capability to meet the contract requirements for aviation and ground product services. The Contractor will comply with environmental protection, safety, and security directives. The Contractor will conduct required training to ensure personnel are fully qualified to perform Performance Work Statement (PWS) tasks. Tasks identified in the PWS are performed by either the Contractor or Agency as specified in Appendix F and G.
The Contractor shall conduct all necessary fuels operations to support base operations, airshows and special events, deployments, exercises, and contingencies under normal conditions, as well as, during periods of heightened security, inclement weather, or other unique situations. Operations must be safely and efficiently conducted to receive, store, transfer, issue, and account for products with appropriate controls to ensure fuel quality, maintain inventory accuracy, and ensure no environmental impact.
The Contractor shall operate and maintain the self-service automated service station facilities, equipment, and systems and ensure sufficient product is available to provide 24 hours a day, seven days a week support of ground fuels. The Contractor shall perform required tasks to ensure fuel is properly accounted for and issued to only authorized users.
This procurement will be 100% set aside for 8(a) small business 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 in accordance with (IAW) FAR 52.217-9. Additionally, an option not to exceed six months IAW FAR 52.217-8 will be included in the solicitation. This procurement will be solicited under full and open competition after exclusion of sources.
DLA Energy is working towards posting the solicitation in the December 2025 timeframe. The RFP will close about 45 days after posting. The solicitation will be published electronically on the SAM website at https://sam.gov/. Interested companies responding to the solicitation will be required to register in the System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE).
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.
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.