Solicitation for Various U.S. Midwest Region Location Part 1
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 a Solicitation (SPE601-26-R-0304) for a Firm Fixed-Price Requirements Contract to provide various aerospace energy products and related services to multiple U.S. Midwest Region locations. This acquisition is a Total Small Business Set-Aside. Proposals are due by February 17, 2026, at 3:00 PM Central Time (CT).
Scope of Work
The DLA Energy, as the Department of Defense's Integrated Material Manager for Aerospace Energy products, requires the delivery of:
- Products: Aviator Breathing Oxygen, Liquid Argon, Nitrogen Propellant Pressurizing Agent, Liquid Nitrogen (Type Q and L), Technical Nitrogen, and Oxygen Propellant, all meeting specific MIL-PRF or CGA standards.
- Related Services: Expedited/Emergency Delivery, Detention Fees, Fill Line Restriction Orifice services, Tank Hot Fill, Tank Usage Fees, Installation and Removal of Equipment, and Equipment Usage Fees (with/without Telemetry).
- Locations: Services are required at various Air Force Bases and Army National Guard sites across the Midwest, 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 products, materials, supplies, management, tools, equipment, transportation, and labor, delivered F.O.B. Destination.
Contract Details
- Contract Type: Firm Fixed-Price Type Requirements Contract, utilizing FAR Part 12 procedures for commercial items.
- Period of Performance: A five-year base period from July 1, 2026, to June 30, 2031, with an option for up to a six-month extension (July 1, 2031 - December 31, 2031).
- Set-Aside: Total Small Business.
- Evaluation: Award will be made to the Offeror whose proposal is determined to be the Lowest Price Technically Acceptable (LPTA). Evaluation factors include:
- Technical: Rated "Acceptable" based on production capability, plant storage, container details, quality control, sampling plan, Contractor Furnished Equipment (CFE) description, tamper-indicating devices, supply commitment (if applicable), and reliable supply description.
- Past Performance: Rated "Acceptable" or "Neutral" based on relevant and recent contracts (minimum one year, within last two years).
- Price: Evaluated for reasonableness.
- Small Business Subcontracting Plan: Rated "Acceptable" or "Unacceptable." The Government reserves the right to award without discussions.
Submission Requirements
- Proposal Due Date: February 17, 2026, at 3:00 PM CT.
- Submission Method: Electronically via email to Matthew.Simkovsky@dla.mil and Leno.Smith@dla.mil. Emails with files over 10MB will be rejected.
- Proposal Structure: Proposals must be divided into five volumes: Technical, Past Performance, Price, Small Business Subcontracting Plan, and Summary/Miscellaneous Data.
- Required Documents: Key attachments include SF 1449, 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).
- Questions Deadline: The deadline for written questions was January 9, 2026, at 3:00 PM CT.
- Offer Acceptance Period: Offerors must hold prices firm for 120 calendar days.
Important Notes
This solicitation has undergone several modifications. Modification 0003 (dated February 6, 2026) extended the proposal due date to February 17, 2026, and updated quantities for CLIN 0110 (Oxygen Propellant) at Tinker AFB-CDSBLD3001, reducing estimated quantities and tank requirements. Previous modifications (0001 and 0002) also updated pricing worksheets, SOOs, and corrected unit of measure for Liquid Argon. Bidders must use the latest versions of all attachments, especially the Pricing Worksheet (Attachment D) and relevant Statements of Objectives (SOOs).