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
Feb 16, 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 has issued Solicitation SPE601-26-R-0304 for a Firm Fixed-Price Requirements Contract to deliver various aerospace energy products and related services to U.S. Midwest Region locations. This is a Small Business Set-Aside. Proposals are due February 16, 2026, at 3:00 PM Central Time.

Scope of Work

This solicitation requires the delivery of products including Aviator Breathing Oxygen, Liquid Argon, Nitrogen Propellant Pressurizing Agent, Liquid Nitrogen, Technical Nitrogen, and Oxygen Propellant. Related non-recurring services encompass expedited/emergency delivery, detention fees, fill line restriction orifice services, tank hot fill, tank usage fees, and equipment installation/removal, including telemetry for certain tanks. Deliveries are F.O.B. Destination to various locations such as Sioux City ANG, Tinker AFB (multiple sites), Peterson SFB, Montana ANG, St Paul ANG, Vance AFB, White Sands Missile Range, Cannon AFB, Altus AFB, Buckley ANG, Little Rock AFB, Kirtland AFB, Tulsa ANG, and Norfolk Naval Shipyard.

Contract & Timeline

  • Type: Firm Fixed-Price Type Requirements Contract
  • Duration: A base period from July 1, 2026, to June 30, 2031, with a 6-month option extending to December 31, 2031.
  • Set-Aside: Small Business Set-Aside
  • NAICS Code: 325120 - Industrial Gas Manufacturing (Size Standard: 1200 employees)
  • Proposal Due: February 16, 2026, at 3:00 PM Central Time
  • Published: January 21, 2026
  • Contacts: Matthew Simkovsky (matthew.simkovsky@dla.mil) and Leno Smith (leno.smith@dla.mil)

Submission Requirements

Offerors must submit proposals electronically to the specified contacts. Proposals must be divided into five volumes: Technical, Past Performance, Price, Small Business Subcontracting Plan, and Summary/Miscellaneous Data. Key required documents include SF 1449, SF 30 (if applicable), Quality Control Plan, Manufacturing and Filling Points, Contractor Performance Data Sheet (Attachment C), Pricing Worksheet (Attachment D), Technical Proposal Document (Attachment G), and DLA Subcontracting Plan Form (Attachment I). Email submissions exceeding 10MB will be rejected.

Evaluation Criteria

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

  1. Technical: Must be rated "Acceptable."
  2. Past Performance: Must be rated "Acceptable" or "Neutral."
  3. Price: Must be the lowest evaluated price.
  4. Small Business Subcontracting Plan: Must be rated "Acceptable." No technical tradeoffs will be made. The Government reserves the right to award without discussions.

Additional Notes

A recent modification (Mod 0001) updated quantities, extended the solicitation period, and revised the pricing worksheet (Attachment D) and the Statement of Objective (SOO) for CDSTINKER2 (Tinker AFB). All CLINs per location will be awarded to a single offeror, requiring offers on all CLINs at a location to be eligible. Quantity determinations for products like Aviator's Breathing Oxygen and Liquid Nitrogen will use calibrated flow meters or weight scales, with the Government reserving the right to witness measurements. Offerors must hold prices firm for 120 calendar days.

People

Points of Contact

Matthew SimkovskyPRIMARY
Leno SmithSECONDARY

Files

Files

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

Versions

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