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-FEM is soliciting proposals for a Firm Fixed-Price Type Requirements Contract for the delivery of aerospace energy products and related services to various U.S. Midwest Region locations. This acquisition is a Small Business Set-Aside. The contract will cover a five-year period from July 1, 2026, to June 30, 2031, with a 6-month option. Proposals are due by February 23, 2026, at 3:00 PM CT.
Scope of Work
The contractor will provide various aerospace energy products, including Aviator Breathing Oxygen, Liquid Argon, Nitrogen Propellant Pressurizing Agent, Liquid Nitrogen, Technical Nitrogen, and Oxygen Propellant. Related non-recurring services include expedited/emergency delivery, detention fees, fill line restriction orifice services, tank hot fills, tank usage fees, and equipment installation, removal, and usage fees (including telemetry). Deliveries will be F.O.B. Destination to locations such as 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). The contractor is responsible for all necessary products, materials, supplies, management, tools, equipment, transportation, and labor.
Contract Details
- Contract Type: Firm Fixed-Price Type Requirements Contract, utilizing FAR Part 12 for commercial items.
- Period of Performance: July 1, 2026 – June 30, 2031 (Base 5 years), with a 6-month option (July 1, 2031 – December 31, 2031).
- Set-Aside: Small Business Set-Aside.
- NAICS Code: 325120 - Industrial Gas Manufacturing (Size Standard: 1,200 employees).
- Product Service Code: 6830 - Gases: Compressed And Liquefied.
Evaluation Criteria
Award will be made using a Lowest Price Technically Acceptable (LPTA) source selection process. Proposals will be evaluated on:
- Technical (Factor 1): Must be rated "Acceptable."
- Past Performance (Factor 2): Must be rated "Acceptable" or "Neutral."
- Price (Factor 3): Lowest evaluated price among technically acceptable offers.
- Small Business Subcontracting Plan (Factor 4): Must be rated "Acceptable" or "Unacceptable." The Government intends to award one contract and reserves the right to award without discussions.
Submission Requirements
Proposals must be submitted electronically in five volumes: Technical, Past Performance, Price, Small Business Subcontracting Plan, and Summary/Miscellaneous Data. Key required 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 the DLA Subcontracting Plan Form (Attachment I). Electronic submissions are limited to 10MB per email. Offer Due Date: February 23, 2026, at 3:00 PM CT. Points of Contact: Matthew Simkovsky (matthew.simkovsky@dla.mil) and Leno Smith (leno.smith@dla.mil).