SPE60126R0303-0001 9.1C MIDWEST REGION

SOL #: SPE60126R0303Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA ENERGY AEROSPACE ENRGY-DLAE-M
JBSA LACKLAND, TX, 78236, United States

Place of Performance

Place of performance not available

NAICS

Industrial Gas Manufacturing (325120)

PSC

Gases: Compressed And Liquefied (6830)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 19, 2025
2
Last Updated
Mar 18, 2026
3
Submission Deadline
Mar 25, 2026, 8:00 PM

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 has issued a solicitation (SPE60126R0303-0001) for the delivery of Aviator Breathing Oxygen and Liquid Nitrogen along with associated ancillary services for the Midwest Region. This is a Firm Fixed-Price Requirements contract set aside for Small Businesses. An amendment has extended the proposal submission deadline.

Scope of Work

This opportunity requires the provision of various aerospace energy products and related services. Key deliverables include:

  • Aviator Breathing Oxygen, Type II (NSN 6830-01-644-2463), meeting MIL-PRF-27210J, with an estimated quantity of 2,709,500 UG6.
  • Liquid Nitrogen, Type II, Grade B (NSN 6830-01-644-2557), meeting A-A-59503E, with an estimated quantity of 545,000 UG6. The contractor will be responsible for all products, materials, supplies, management, tools, equipment, transportation, and labor for F.O.B. destination delivery to various Midwest locations, utilizing customer-owned and government-owned tanks. Ancillary services include Expedited/Emergency Delivery, Detention Fee, Fill Line Restriction Orifice, Tank Hot Fill, Tank Usage Fee, Installation/Removal of Equipment, and Equipment Usage Fee.

Contract Details

  • Contract Type: Firm Fixed-Price Requirements contract.
  • Period of Performance: Five years, from July 1, 2026, to June 30, 2031.
  • Basis for Award: Lowest Price Technically Acceptable (LPTA) source selection process.
  • Award Structure: Award will be made by location, with a single award for all Contract Line-Item Numbers (CLINS) at each respective location.

Submission & Evaluation

  • Proposal Due Date: Offers are due by March 25, 2026.
  • Questions: Questions were to be submitted no later than 10 calendar days after the solicitation's issuance date via email to kelli.boles@dla.mil and willard.ramseur@dla.mil.
  • Submission Requirements: Proposals must include both a Price Proposal (Attachment H) and a Technical Proposal, addressing all CLINS for each location to be considered complete.
  • Evaluation Criteria: Evaluation will be based on LPTA, considering technical capability and past performance as non-cost factors. Offerors are advised to submit their best and final offer with their initial submission, as discussions may not be held. Late proposals will be handled in accordance with FAR 52.212-1(f).

Eligibility & Set-Aside

This acquisition is set aside for Small Businesses. The applicable NAICS Code is 325120, with a size standard of 1200 employees.

Points of Contact

Additional Notes

An amendment (0001) was issued on March 18, 2026, specifically to extend the closing date of the solicitation to March 25, 2026. All other terms and conditions of the original solicitation remain unchanged. Offerors must comply with requirements in Attachment J_ADDENDUM 52.212-2.

People

Points of Contact

Kelli BolesPRIMARY
Willard RamseurDSNSECONDARY

Files

Files

Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 18, 2026
Version 2
Solicitation
Posted: Feb 19, 2026
View
Version 1
Pre-Solicitation
Posted: Nov 19, 2025
View
SPE60126R0303-0001 9.1C MIDWEST REGION | GovScope