Annual Bulk Nitrogen deliveries with 4 option years
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 Agriculture (USDA), Agricultural Research Service (ARS), has issued a combined synopsis/solicitation for Annual Bulk Liquid Nitrogen deliveries and associated equipment maintenance at the Eastern Regional Research Center (ERRC) in Wyndmoor, PA. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a firm-fixed-price requirements contract. Quotations are due February 9, 2026.
Scope of Work
The contractor will provide a comprehensive nitrogen supply solution, including:
- Liquid Nitrogen Delivery: Estimated annual usage of 8,500,000 standard cubic feet (scf).
- Equipment Provision: Installation and maintenance of a 6,000-gallon bulk liquid nitrogen tank, gasifier/vaporizer, and ancillaries to supply gaseous nitrogen at 90 PSIG.
- Telemetry System: Supply and maintenance of a remote monitoring system for automated delivery scheduling and real-time government access to tank levels.
- Transition Support: Ensuring uninterrupted service during the transition from the incumbent (Airgas), including temporary services if necessary.
Contract & Timeline
- Type: Firm-Fixed Price Requirements Contract
- Duration: One-year base period with four (4) one-year option periods (Total duration not to exceed 5 years and 6 months).
- Set-Aside: SDVOSB (NAICS 325120)
- Response Due: February 9, 2026, at 10:00 PM Central Time
- Questions Due: February 6, 2026, at 4:00 PM Central Time
Evaluation
Award will be made to the responsible offeror providing the Lowest Price Technically Acceptable (LPTA) quote. Evaluation factors include:
- Price: Evaluated for fairness and reasonableness across the base and all option periods.
- Technical Acceptability: Based on the offeror's documented expertise and ability to meet SOW requirements.
- Past Performance: Review of three recent, relevant references for similar deliveries.
Additional Notes
Deliveries are F.O.B. Destination. Offerors must be registered in SAM.gov and provide pricing for all line items to be considered responsive.