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 soliciting proposals for Nitrogen, Oxygen, and Argon Service at Naval Base Point Loma, San Diego, CA. This is a 100% Small Business Set-Aside combined synopsis/solicitation (RFQ) for commercial products and services. Responses are due by April 7, 2026, at 10:00 AM ET.
Scope of Work
The requirement is for the supply of Nitrogen, Oxygen, and Argon in various bottle and dewar sizes, including Nitrogen Bottles (5 x 45 CF, 1 x 250 CF), Oxygen Bottles (10 x 80 CF), Argon Dewars (12 x 4500 CF), and Argon Bottles (8 x 250 CF). Gases must meet specific purity standards (e.g., Nitrogen Type 1, Grade A, Oil Free, 99.5% purity; Oxygen Type 1, Grade F, at least 99.99% purity; Argon Oil Free per MIL-A-18455(A/R)). Deliveries are needed between quarterly and monthly, with a desired response time of one week for service requests. Contractors will be contacted in advance to schedule service/fills, with listed quantities representing maximums per service call.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) for commercial products/services
- Duration: Base year (4/17/2026 – 4/16/2027) plus four one-year option periods, extending through 4/16/2031.
- Place of Performance: Naval Base Point Loma, San Diego, CA 92106
- NAICS Code: 325120 Industrial Gas Manufacturing
- Size Standard: 1200 Employees
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: April 7, 2026, 10:00 AM ET
- Published: April 6, 2026 (latest update)
Submission & Evaluation
Offers must be emailed to Dayna O’Brien at dayna.k.obrien.civ@us.navy.mil. Evaluation will be based on a Lowest Price Technically Acceptable (LPTA) approach, considering Technical Acceptability, Adherence to Schedule, and Price. Award may be made based on adherence to schedule or soonest mobilization. Past Performance (PPIRS/CPARS) and Vendor Responsibility (FAR Subpart 9.1) will be utilized. Bidders must provide applicable procedures and technical information, and a breakdown of total prices for justification. Required documentation includes Certificates of Compliance and Material Safety Data Sheets (MSDS) for each delivery, as detailed in Exhibit A (CDRLs) and Attachment 1. Vendors must complete and submit the provided RFQ form, ensuring all highlighted yellow fields are mandatory.
Additional Notes
A Q&A document has been uploaded, clarifying delivery frequency and response time expectations. Vendors are cautioned not to alter the solicitation, and objections to terms and conditions will render an offer unacceptable. Applicable FAR and DFARS clauses are in effect through FAC 2026-01 and DFARS Change Notice 2025-1110.