Solicitation for Various U.S. Midwest Region Location Part 1

SOL #: SPE60126R0304Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA ENERGY AEROSPACE ENRGY-DLAE-M
JBSA LACKLAND, TX, 78236, United States

Place of Performance

DWG, TX

NAICS

Industrial Gas Manufacturing (325120)

PSC

Gases: Compressed And Liquefied (6830)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 6, 2026
2
Last Updated
Feb 20, 2026
3
Submission Deadline
Mar 2, 2026, 9:00 PM

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-FEM is soliciting proposals for a Firm Fixed-Price Requirements Contract for the delivery of various industrial gases and related services to U.S. Midwest Region locations. This acquisition is a Small Business Set-Aside. The purpose is to provide essential aerospace energy products and services to Department of Defense (DOD) facilities. Proposals are due by March 2, 2026, at 3:00 PM CT.

Scope of Work

The contractor will provide all products, materials, supplies, management, tools, equipment, transportation, and labor for the delivery of specified industrial gases and related non-recurring services. Products include:

  • Aviator Breathing Oxygen (MIL-PRF-27210J)
  • Liquid Argon (MIL-PRF-27415D)
  • Nitrogen Propellant Pressurizing Agent (MIL-PRF-27401H)
  • Liquid Nitrogen (CGA G-10.1)
  • Technical Nitrogen (CID A-A-59503D)
  • Oxygen Propellant (MIL-PRF-25508J) Related services include: Expedited/Emergency Delivery, Detention Fees, Fill Line Restriction Orifice, Tank Hot Fill, Tank Usage Fees, Equipment Installation/Removal, and Equipment Usage Fees. Key locations include: Sioux City ANG (IA), Tinker AFB (OK), Peterson AFB (CO), Montana ANG (MT), St Paul ANG (MN), Vance AFB (OK), White Sands Missile Range (NM), Cannon AFB (NM), Altus AFB (OK), Buckley ANG (CO), Little Rock AFB (AR), Kirtland AFB (NM), and Tulsa ANG (OK). Specific Statements of Objectives (SOOs) detail requirements for locations like Tinker AFB, including telemetry systems for automatic refills and specific tank capacities (e.g., 10,000 GL for Technical Nitrogen at Tinker AFB-CDSTINKER2).

Contract Details

  • Contract Type: Firm Fixed-Price Type Requirements Contract, utilizing FAR Part 12 (Acquisition of Commercial Items).
  • Period of Performance: A five-year base period from July 1, 2026, to June 30, 2031, with a six-month option period from July 1, 2031, to December 31, 2031.
  • Set-Aside: Small Business Set-Aside.
  • NAICS Code: 325120 - Industrial Gas Manufacturing, with a size standard of 1,200 employees.
  • FSC Codes: 6830 (Gases: Compressed and Liquefied) and 9135 (Liquid Propellant Fuels and Oxidizers, Chemical Base).

Submission Requirements

Proposals must be submitted electronically in five volumes: Technical, Past Performance, Price, Small Business Subcontracting Plan, and Summary/Miscellaneous Data. Key required documents include SF1449, Quality Control Plan, Manufacturing and Filling Points, Contractor Performance Data Sheet (Attachment C), Pricing Worksheet (Attachment D), Technical Proposal Document (Attachment G), and the DLA Subcontracting Plan Form (Attachment I). Electronic submissions must be sent to Matthew Simkovsky (matthew.simkovsky@dla.mil) and Leno Smith (leno.smith@dla.mil). Email attachments should not exceed 10MB. Offerors must hold prices firm for 120 calendar days.

Evaluation Criteria

Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection process. Proposals will be evaluated on:

  1. Technical: Rated Acceptable or Unacceptable.
  2. Past Performance: Rated Acceptable, Unacceptable, or Neutral (Neutral is considered Acceptable). Relevancy is assessed based on scope, magnitude, complexity, similar products, and quality control.
  3. Price: Evaluated for reasonableness.
  4. Small Business Subcontracting Plan: Rated Acceptable or Unacceptable (if applicable). The Government reserves the right to award without discussions.

Key Updates

This solicitation has undergone multiple modifications. The most recent, Modification 0005, extended the proposal due date to March 2, 2026, at 3:00 PM CT. Previous modifications updated tank sizes (e.g., Technical Nitrogen at Tinker AFB from 6,000 to 10,000 gallons), corrected units of measure on the pricing worksheet, and adjusted estimated quantities for Oxygen Propellant at Tinker AFB. Bidders must use the latest versions of all attachments, especially the Pricing Worksheet (Attachment D) and relevant Statements of Objectives.

People

Points of Contact

Matthew SimkovskyPRIMARY
Leno SmithSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Solicitation
Posted: Feb 20, 2026
Version 5
Solicitation
Posted: Feb 10, 2026
View
Version 4
Solicitation
Posted: Feb 6, 2026
View
Version 3
Solicitation
Posted: Jan 23, 2026
View
Version 2
Solicitation
Posted: Jan 21, 2026
View
Version 1
Solicitation
Posted: Jan 6, 2026
View
Solicitation for Various U.S. Midwest Region Location Part 1 | GovScope