Aviator Breathing Oxygen (ABO), Liquid Nitrogen (LN2) and Liquid Oxygen (LOX) for Various Locations in the U.S. West Region-California (9.1D)
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 is soliciting proposals for a Small Business Set-Aside contract to provide Aviator Breathing Oxygen (ABO), Liquid Nitrogen (LN2), and Liquid Oxygen (LOX) to various U.S. West Region-California locations. This is a Firm Fixed-Price Requirements Contract with a Lowest Price Technically Acceptable (LPTA) evaluation. Proposals are due March 11, 2026.
Scope of Work
The requirement includes the delivery of estimated quantities of 1,230,000 UG6 of ABO, 97,150 TN of LOX, 40,000 TN of LN2, and 943,000 UG6 of LN2 to multiple Air Force installations in California. Associated services include expedited/emergency delivery, detention fees, fill line restriction orifice, tank hot fill, and equipment installation/removal/usage. The contractor is responsible for providing all materials, supplies, product, management, tools, equipment, transportation, labor, and installing their own tanks and equipment, f.o.b. Destination. Delivery is generally required within seven calendar days of order receipt, or three days for expedited requests.
Contract Details
This will be a Firm Fixed-Price Requirements Contract with a base period from July 1, 2026, to June 30, 2031, and an option to extend for up to six months (July 1, 2031, to December 31, 2031). The acquisition is set aside for Small Business (NAICS 325120, 1200 employee size standard). All Contract Line Item Numbers (CLINs) per location will be awarded to a single offeror, requiring proposals to include all CLINs for a given location to be eligible.
Evaluation Factors
Award will be made using the Lowest Price Technically Acceptable (LPTA) source selection process. The Government intends to award without discussions.
- Technical Factor: Evaluated on an "acceptable" or "unacceptable" basis, considering production capability, plant storage, container specifications, maintenance/repair of Government-owned equipment, in-process quality control, and quality sampling plans. A Pre-Award Survey (PAS) may be required.
- Past Performance Factor: Assessed as "Acceptable," "Unacceptable," or "Neutral" based on relevant and recent past performance.
- Price Factor: Evaluated for technically acceptable proposals, with the Total Evaluated Price (TEP) determining the lowest price. Offerors must accurately complete the "Schedule of Supplies Pricing Form Worksheet" (Attachment T).
Submission Requirements & Key Dates
Proposals must be submitted electronically via email to the Contracting Officer and Contract Specialist by 3:00 PM Local Time on March 11, 2026. The submission must consist of four separate volumes: Technical Proposal, Past Performance Proposal, Price Proposal, and Summary and Miscellaneous Data. The total proposal package, including all attachments, must not exceed 10 megabytes (MBs). Offerors must use Standard Form 1449 (SF 1449) for submission and acknowledge all amendments. Offers must remain firm for 120 calendar days.
Amendments
Amendment 0001 extended the proposal deadline to March 11, 2026, and provided answers to industry questions. Amendment 0002 removed the requirement for Liquid Nitrogen (LN2) at the CDSAEROJCP Aerojet Rocketdyne Chatsworth (DeSoto), CA location (DODAAC 2AC037) for CLINS 0118-0122 from the solicitation.