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 Firm-Fixed-Price Requirements Contract to provide Aviator Breathing Oxygen (ABO), Liquid Nitrogen (LN2), and Liquid Oxygen (LOX), along with associated services, to various locations in the U.S. West Region-California. This acquisition is a Small Business Set-Aside. Proposals are due by March 4, 2026, at 3:00 PM CT.
Scope of Work
The contractor will be responsible for delivering 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. Products must meet specific military performance specifications (MIL-PRF-27210, MIL-PRF-25508, MIL-PRF-27401) or Commercial Item Description (CID) A-A-59503. Delivery will be f.o.b. Destination into Government/Customer-owned tanks and trailers. Associated services include expedited/emergency delivery, detention fees, fill line restriction orifice, tank hot fill, equipment installation/removal/usage, and facility conversion fees. Delivery is required within seven calendar days of order receipt, or three days for expedited/emergency requests.
Contract Details
- Contract Type: Firm-Fixed-Price Requirements Contract
- Period of Performance: July 1, 2026, to June 30, 2031, with a 6-month option to extend until December 31, 2031.
- Set-Aside: Small Business
- NAICS Code: 325120 (Industrial Gas Manufacturing)
- Size Standard: 1,200 employees
- Locations: Multiple Air Force and Naval installations across California, including Fresno ANG, NAS North Island, China Lake, Moffett ANG, Edwards AFB, NAS Lemoore, MCAS Miramar, Travis AFB, and others.
Submission & Evaluation
Proposals will be evaluated using a Lowest Price Technically Acceptable (LPTA) source selection process. The Government intends to award without discussions. Offerors must submit their proposals electronically via email to the Contracting Officer and Contract Specialist by the deadline. The total submission package, including all attachments, must not exceed 10 megabytes (MBs).
Required Proposal Volumes:
- Technical Proposal: Must demonstrate 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 conducted.
- Past Performance Proposal: Provide relevant and recent contract performance data using the Contractor Performance Data Sheet (Attachment F).
- Price Proposal: Complete the "Schedule of Supplies Pricing Form Worksheet" (Attachment T) with accurate unit prices and extended amounts. All CLINs per location will be awarded to a single offeror.
- Summary and Miscellaneous Data: Includes a cover page and required certifications/representations.
Key Clauses & Requirements: Offerors must comply with addenda to FAR 52.212-1, 52.212-2, and 52.212-4, as well as DFARS clauses related to Buy American, Duty-Free Entry, and Combating Trafficking in Persons. Contractors must register in DIBBS to receive orders and have an active SAM.gov account.
Key Dates
- Questions Due: February 12, 2026, 3:00 PM CT
- Proposal Due: March 4, 2026, 3:00 PM CT
- Offer Acceptance Period: 120 calendar days
Points of Contact
- Primary: Leno Smith (leno.smith@dla.mil)
- Secondary: Sarah Ramseur (sarah.ramseur@dla.mil)
- Small Business Inquiries: dlasbir2@dla.mil