Nitrogen, Oxygen, Argon Service PLOMA
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 Department of the Navy, specifically the Portsmouth Naval Shipyard, is seeking proposals for Nitrogen, Oxygen, and Argon Service at Naval Base Point Loma, San Diego, CA. This is a Combined Synopsis/Solicitation (RFQ) issued as a 100% Small Business Set-Aside. The solicitation has been extended, and proposals are now due by April 7, 2026.
Scope of Work
This opportunity requires the provision of commercial products and services for Nitrogen, Oxygen, and Argon. Key deliverables include:
- Supply of Nitrogen (Type 1, Grade A, Oil Free, 99.5% purity) in 5x45 CF and 1x250 CF bottles.
- Supply of Oxygen (Type 1, Grade F, 99.99% purity) in 10x80 CF bottles.
- Supply of Argon (Type II Dewars, Oil Free; Type 1 Bottles, Oil Free) in 12x4500 CF dewars and 8x250 CF bottles.
- Compliance with Attachment 1 for detailed technical specifications.
- Submission of Certificates of Compliance and Material Safety Data Sheets (MSDS) with each delivery, as detailed in Exhibit A (CDRL DD Form 1423).
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (RFQ #N3904026Q5446) for commercial products/services.
- Period of Performance: A base year from April 17, 2026, to April 16, 2027, with four one-year option periods, extending through April 16, 2031.
- Place of Performance: Naval Base Point Loma, San Diego, CA 92106.
- NAICS Code: 325120 (Industrial Gas Manufacturing) with a 1200-employee size standard.
- Set-Aside: 100% Small Business Set-Aside.
- Response Deadline: April 7, 2026, 10:00 AM ET.
- Published Date: April 2, 2026.
Submission & Evaluation
Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) approach. Evaluation factors include Technical Acceptability, Adherence to Schedule, and Price. Award may be made based on adherence to schedule and/or soonest mobilization. Past Performance (PPIRS/CPARS) will be utilized, and vendor responsibility will be assessed. Offerors must provide applicable procedures and technical information; failure to do so may result in an unresponsive quotation. Vendors must complete and submit the provided RFQ form, ensuring all highlighted yellow fields are filled. Offers shall be emailed to Dayna O’Brien (dayna.k.obrien.civ@us.navy.mil).
Additional Notes
This solicitation incorporates provisions and clauses from FAC 2026-01 and DFARS Change Notice 2025-1110. Vendors must be registered in the System for Award Management (SAM) database. Award may be made on an "All or None" basis. Objections to terms and conditions will be considered a deficiency.