Contractor-Owned, Contractor-Operated (COCO) Fuel Storage Services in the Port of Anchorage, Alaska
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) Energy is soliciting proposals for Contractor-Owned, Contractor-Operated (COCO) Fuel Storage Services in the Port of Anchorage, Alaska. This requirement involves receiving, storing, protecting, and shipping U.S. Government-owned aviation turbine products (Jet A-1 and JP-5). The contract will be a Firm Fixed-Price award under full and open competition. Proposals are due by January 5, 2026.
Scope of Work
The selected contractor will provide comprehensive fuel storage and management services, including the receipt, storage, protection, and shipment of U.S. Government-owned aviation turbine products (Jet A-1 and JP-5). The facility must be capable of receiving fuel via tanker/barge, tank truck, or rail tank car, and shipping via tanker/barge, tank truck, rail tank car, or pipeline to Elmendorf Air Force Base, Alaska. The contractor will be responsible for the 24/7 management, operation, maintenance, product quality surveillance, inventory control, accounting, security, safety, and environmental protection of the COCO facility. Required storage capacity is 1,013,000 barrels total, comprising 918,000 barrels of commercial grade Jet A-1 and 95,000 barrels of military grade JP-5. A minimum of two interconnected tanks are required for Jet A-1 storage.
Contract Details
- Solicitation Number: SPE603-26-R-0505
- Contract Type: Firm Fixed-Price
- NAICS Code: 493190 (Other Warehouse and Storage), Size Standard: $36.5 million
- Set-Aside: Full and Open Competition
- Period of Performance (Revised by Amendment 0001):
- Base Period: May 21, 2026 – May 20, 2030 (4 years)
- Option Period: May 21, 2030 – May 20, 2035 (5 years)
- Option to Extend: May 21, 2035 – November 20, 2035 (up to 6 months)
- Response Due: January 5, 2026, 03:00 PM (Eastern Time, assumed)
- Published Date: March 17, 2026 (latest amendment)
Evaluation & Submission
Proposals will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology. Offerors must submit proposals electronically to bidcustodian@dla.mil, including Technical, Past Performance, and Price volumes. Key submission requirements include:
- Past Performance: Offerors must complete "Attachment VI - Past Performance Reference List (PPRL)" and may need to provide "Attachment V - Past Performance Questionnaire (PPQ)". Joint venture partners or subcontractors must submit "Attachment IV - Consent Form" for performance information release.
- Quality Assurance: Adherence to DLA Energy Supplemental Quality Assurance Provisions (SQAP) outlined in "Attachment III - QAPS" is mandatory, including submission of a Quality Control Plan (QCP).
- Pricing: Bidders must use "Attachment II - Price Proposal Form (PPF)" to detail pricing for both base and option periods, aligning with specified capacities.
- Wage Determination: "Wage Determination Number 2015-5681, Revision 25" is applicable, as provided in Amendment 0001.
Amendments
- Amendment 0001 (March 11, 2026): Addressed vendor questions, provided Wage Determination 2015-5681, and revised the period of performance.
- Amendment 0002 (March 17, 2026): Corrected the effective date of Amendment 0001 to March 11, 2026, due to a system issue. Offerors must acknowledge all amendments with their offer.
Contact Information
- Primary: David Donald (david.donald@dla.mil, 571-767-1513)
- Secondary: Careka Squire (careka.squire@dla.mil, 571-767-6680)