INDUSTRIAL GAS IDIQ
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) Maritime - Puget Sound is soliciting proposals for an Unrestricted Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for Industrial Gases and related services. This opportunity supports Naval Air Station North Island (NASNI) and Submarine Base Point Loma in San Diego, CA. The contract covers the supply of various cylinder and bulk gases, along with tank/equipment rental and maintenance. Proposals are due April 3, 2026, at 10:00 AM.
Scope of Work
The contractor will provide a comprehensive range of industrial gases, including Acetylene, Argon, Helium, Nitrogen, Oxygen, Propane, and Propylene, in various cylinder and bulk forms. Services include "Just-in-Time" delivery to multiple sites within NASNI and Point Loma, cylinder/tank rental, maintenance, and associated services like technician call-out and emergency delivery. The Statement of Work (SOW) emphasizes compliance with military and federal standards (e.g., MIL-STD 1411C, ANSI/ASQ Z1.4, AWS A5.32) and requires Certificates of Conformance (COC) for tanks and Certificates of Analysis (COA) for gases.
Contract Details
- Contract Type: Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Set-Aside: Unrestricted
- NAICS Code: 325120 (Industrial Gas Manufacturing)
- Product Service Code: 6830 (Gases: Compressed And Liquefied)
- Period of Performance: April 30, 2026, to April 30, 2031 (one base year and four one-year option periods).
- Estimated Value: Minimum order $1,049,865.75, Maximum order $5,518,439.28.
- Place of Performance: Naval Air Station North Island (NASNI) and Submarine Base Point Loma, San Diego, CA.
- FOB: Contractor Destination.
Submission Requirements
Offerors must download the Request for Quote (RFQ) from FBO, monitor for amendments, and email the completed solicitation package to vera.anderson@dla.mil. Key submission items include:
- Completed solicitation document, including representations, certifications, provisions, and clauses.
- Product technical specification documentation and compliance certifications.
- Current SAM.gov registration.
- CAGE Code, Facility CAGE Code, and company size (Small/Large).
- Commercial Item/COTS status (NIST SP 800-171 exemption for COTS must be identified).
- Lead time/delivery date.
- Completed pricing for each Contract Line Item Number (CLIN), manufacturer name, country of origin, and part number.
- Manufacturer's specification sheets and a redacted quote/email from the manufacturer/distributor.
- Traceability to the manufacturer.
Evaluation
Price evaluation will be based on estimated annual demand, using a simple average unit price or total weighted average price.
Key Dates & Contact
- Solicitation Issue Date: March 30, 2026
- Offer Due Date: April 3, 2026, 10:00 AM
- Primary Contact: Vera Anderson, vera.anderson@dla.mil
Additional Notes
Contractor personnel require Defense Biometric Identification System (DBIDS) credentials and potentially NAVSEA badges for base access, with U.S. Citizenship required for controlled areas. WAWF payment is required for orders over $15,000.