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-FEM has issued a Small Business Set-Aside solicitation (SPE601-26-R-0304) for the delivery of various aerospace energy products and related services to multiple U.S. Midwest Region locations. This includes industrial gases like Aviator Breathing Oxygen, Liquid Argon, and Nitrogen Propellant. The Government intends to award a Firm Fixed-Price Type Requirements Contract. Proposals are due February 16, 2026, at 3:00 PM Central Time.

Scope of Work

The DLA Energy, as the Department of Defense's Integrated Material Manager for Aerospace Energy products, requires the provision of:

  • Products: 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), and Oxygen Propellant (MIL-PRF-25508J).
  • Related Services: Expedited/Emergency Delivery, Detention Fees, Fill Line Restriction Orifice, Tank Hot Fill, Tank Usage Fee, Equipment Installation/Removal, and Equipment Usage Fee.
  • Locations: Services are required at various Midwest Region locations, including Sioux City ANG (IA), Tinker AFB (OK - 5 locations), 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). The contractor must provide all necessary materials, supplies, management, tools, equipment, transportation, and labor for F.O.B. Destination delivery.

Contract Details

  • Contract Type: Firm Fixed-Price Type Requirements Contract, utilizing Federal Acquisition Regulation (FAR) Part 12 for Acquisition of Commercial Items.
  • Period of Performance: July 1, 2026, to June 30, 2031 (five years), with an option for up to six additional months (July 1, 2031 - December 31, 2031).
  • Set-Aside: Small Business.
  • NAICS Code: 325120 - Industrial Gas Manufacturing (Size Standard: 1200 employees).
  • Points of Contact: Matthew Simkovsky (matthew.simkovsky@dla.mil) and Leno Smith (leno.smith@dla.mil).

Submission Requirements

Offers must be submitted electronically to the specified Points of Contact by the deadline. Proposals must be divided into five volumes:

  1. Technical Proposal (Attachment G)
  2. Past Performance (Attachment C)
  3. Price Proposal (Attachment D)
  4. Small Business Subcontracting Plan (Attachment I)
  5. Summary/Miscellaneous Data Offerors must adhere to the Offeror Document Checklist (Attachment H) and ensure all required certifications and representations are included. Electronic submissions should be clearly marked and emails with files over 10MB will be rejected.

Evaluation Criteria

Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection process. Proposals must be rated "Acceptable" in Technical (Factor 1) and "Acceptable" or "Neutral" in Past Performance (Factor 2), and offer the lowest evaluated price. The Small Business Subcontracting Plan (Factor 4) will also be evaluated as "Acceptable" or "Unacceptable." Technical tradeoffs will not be made.

Key Amendments & Notes

  • Modification 0001 extended the proposal submission deadline to February 16, 2026, and updated the Pricing Worksheet (Attachment D) and the Statement of Objective (SOO) for CDSTINKER2.
  • Modification 0002 further updated the tank size for CLIN 0006 at Tinker AFB-CDSTINKER2 from 6,000 to 10,000 gallons and corrected the unit of measure for Liquid Argon (CLIN 0102) at Tinker AFB-CDSBLD3001 from 'UG6' to 'LBS'.
  • All CLINs per location will be awarded to a single offeror; therefore, offers must include pricing for all CLINs at a location to be eligible for award for that location.

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

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 3Viewing
Solicitation
Posted: Jan 23, 2026
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