SPE60126R0303 9.1C MIDWEST REGION
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 Solicitation SPE601-26-R-0303 for the delivery of Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LN2), along with related ancillary services, to various military installations in the Midwest Region. This is a Firm-Fixed Price Requirements contract set aside for Small Businesses. Proposals are due March 23, 2026, at 3:00 PM local time.
Scope of Work
The contractor shall provide all products, materials, supplies, management, tools, equipment, transportation, and labor for the delivery of ABO and LN2 on an F.O.B. Destination basis into Customer/Government-Owned tanks and trailers.
Products required:
- Aviator Breathing Oxygen (ABO), Type II (NSN 6830-01-644-2463), meeting MIL-PRF-27210J. Estimated quantity: 2,709,500 UG6.
- Liquid Nitrogen (LN2), Type II, Grade B (NSN 6830-01-644-2557), meeting A-A-59503E. Estimated quantity: 545,000 UG6.
Related services include: Expedited/Emergency Delivery, Detention Fee, Fill Line Restriction Orifice, Tank Hot Fill, Tank Usage Fee, Installation of Equipment, Removal of Equipment, and Equipment Usage Fee. Service CLINs will vary by location.
Delivery locations include various Air Force Bases and ANG units across Texas, New Mexico, North Dakota, Nebraska, Illinois, South Dakota, Missouri, Oklahoma, and Wyoming. Deliveries are to 25 Government-Owned Tanks, 2 Contractor-Owned Tanks, and 10 Government-Owned Trailers. Routine deliveries are required within 7 calendar days, and expedited deliveries within 3 calendar days.
Contract Details
- Contract Type: Firm-Fixed Price Requirements contract.
- Period of Performance: 60 months, from July 1, 2026, to June 30, 2031.
- Set-Aside: Small Business.
- NAICS Code: 325120, with a size standard of 1200 employees.
- Award Structure: Award will be made by location, with a single award for all CLINS at each respective location.
Submission & Evaluation
- Offer Due Date: March 23, 2026, at 3:00 PM local time.
- Questions Due: No later than 10 calendar days after the solicitation's issuance date (approx. March 1, 2026). Submit to kelli.boles@dla.mil and willard.ramseur@dla.mil.
- Proposal Submission: Must include a Price Proposal (Attachment H) and a Technical Proposal. Proposals must address all Contract Line-Item Numbers (CLINS) for each location. Offerors should submit their best and final offer with their initial submission, as discussions may not be held.
- Evaluation: Award will be based on a Lowest Price Technically Acceptable (LPTA) source selection process, considering technical capability and past performance as non-cost factors.
Key Requirements
Contractors must provide a Certificate of Analysis (COA) for each sample with each delivery. Delivery personnel must be U.S. citizens, possess a state or federally issued photo ID, and be subject to background checks for military installations. Compliance with the REAL ID Act of 2005 is required for federal facility access. Offerors must be registered in SAM.gov.
Points of Contact
- Contract Specialist: Kelli Boles (kelli.boles@dla.mil)
- Contracting Officer: Willard Ramseur (willard.ramseur@dla.mil, (210) 780-4869)