AVIATOR BREATHING OXYGEN AND LIQUID NITROTGEN in MIDWEST REGION 9.1C
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 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
- Primary: Kelli Boles (kelli.boles@dla.mil)
- Secondary: Willard Ramseur (Willard.Ramseur@dla.mil, (210) 780-4869)
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.