Solicitation, Gaseous Helium (GHH), Hill Air Force Base, Utah
ID: SPE60125R0316Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGY AEROSPACE ENRGY-DLAE-MJBSA LACKLAND, TX, 78236, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

LIQUID PROPELLANT FUELS AND OXIDIZERS, CHEMICAL BASE (9135)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the delivery of Gaseous Helium (GHH) to Hill Air Force Base, Utah, under solicitation number SPE601-25-R-0316. The contract requires the provision of 160 thousand cubic feet of Gaseous Helium, compliant with military specifications (MIL-PRF-27407E), with a delivery period from January 1, 2026, to September 30, 2027. This helium is critical for military applications, including rocket engine pressurization, and must meet stringent quality and safety standards. Interested contractors must submit their proposals, including a Price Proposal and a Technical Proposal, by August 11, 2025, at 3 PM Central Time, and can direct inquiries to Matthew Simkovsky or Leno Smith via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) Aerospace Energy Business Unit is seeking a contractor to deliver Gaseous Helium to Hill Air Force Base, Utah. The helium must meet specific military specifications (MIL-PRF-27407E) and require a Certificate of Analysis for each delivery. Deliveries should occur within seven calendar days following an order, during designated times. In emergencies, expedited delivery is expected within three days. Quality inspections will take place at the origin, while quantity verification occurs at the destination, highlighting the essential role of documentation for acceptance and payment. Security measures mandate that delivery personnel be U.S. citizens with proper identification and background checks. The delivery vehicle will undergo searches to ensure compliance with military security protocols. This document serves as a Request for Proposal (RFP) outlining the requirements for helium supply and reinforces the DLA's commitment to maintaining the operational readiness of aerospace energy resources.
    The document is a guideline for navigating federal and state Request for Proposals (RFPs) and grants. It outlines the application processes for obtaining funding and emphasizes the strategic planning needed to identify eligible projects that align with government priorities. Key sections detail the requirements for proposal submission, including timelines, documentation, and eligibility criteria for prospective grantees. Additionally, it stresses the importance of collaboration with local agencies and stakeholders in developing proposals that respond to community needs. By providing a structured approach to grant applications, the guide aims to enhance the success rate of applicants seeking financial assistance from government sources. Overall, it serves as a resource for organizations aiming to leverage federal and state funding opportunities effectively, ultimately supporting community development and resource allocation.
    The Contractor Performance Data Sheet under solicitation SPE601-25-R-0308 requests detailed information from bidders about their previous contracts and subcontracts, specifically those similar to the solicitation's requirements. The request covers both completed contracts and those still ongoing, emphasizing the need for a minimum performance history of one year. Prospective contractors must provide references, including company name, contact information, nature of products supplied, delivery methods, performance locations, and performance periods. Additionally, contractors should indicate whether a subcontracting plan is in place. There is an option for companies to indicate if they lack relevant contract experience. This data collection aims to assess the contractor's qualifications and performance history, which is essential to ensure capability in fulfilling government requirements in the context of federal and state RFPs and grants.
    The document outlines a pricing schedule related to a Request for Proposal (RFP) issued by the Hill Air Force Base in Utah. It details the supplies and services required, specifically focusing on helium as a propellant pressurizing agent, with quantities specified for each year of the contract. For Year 1 (2026), the requirement is for 160 units measured in metric cubic feet (MC), while Year 2 (2027) specifies 80 MC. Additional items include expedited/emergency delivery and detention fees, both listed at a quantity of two each, with no associated costs provided. The total offer price is also indicated as zero, suggesting that bidders are required to fill in their unit prices in highlighted fields. The document is structured into columns for various components, including National Stock Numbers (NSNs), product/service descriptions, quantities, and unit pricing. This RFP is part of the federal procurement process, where suppliers are invited to submit bids for government contracts to provide goods and services. The precise nature of the items and services requested, as well as the clear pricing structure, aim to facilitate transparent bidding and procurement for government needs.
    The Transport Equipment Delay Certificate outlines a standardized procedure for documenting delays in the transport of goods by specifying essential details such as consignor, consignee, product, carrier, and various identification numbers. The certificate includes a section for logging loading and unloading times along with a comprehensive reason for any delays, indicating whether they were due to the carrier's or consignee's/consignor's responsibility. Crucially, a certification statement is included where individuals from the shipping and receiving parties attest to the accuracy of the information provided. Importantly, carriers must attach this certificate with each detention invoice to ensure proper documentation for invoice certification and payment. This form is significant within the context of federal RFPs and grants, providing essential data for tracking transport efficiency and accountability in delivery systems.
    The document presents the MIL-PRF-27407E performance specification for helium, detailing standards for two grades and two types of helium used by all Departments and Agencies of the Department of Defense. It specifies Type I (gaseous) and Type II (liquid) helium, with Grade A (pressurizing) and Grade B (respirable) applicable only to Type I. Key requirements include purity levels, impurity concentration limits, filling pressures, and leak tests for containers. It outlines procedures for quality assurance, inspection, and maintenance of compressed gas cylinders in alignment with federal standards. The specification also mandates compliance with various referenced government documents and industry publications that inform the testing and laboratory methods to ensure helium quality. Intended uses for the grades include military rocket engine pressurization, breathing gas for divers, and cryogenic applications. Overall, the specification serves as a framework to ensure the integrity and safety of helium used in military applications, reflecting the government's emphasis on quality control and operational standards.
    The document outlines a Request for Proposal (RFP) for an indefinite quantity contract for supplies and services related to aerospace energy, issued by the Defense Logistics Agency (DLA) Energy. It specifies contract types, including a requirements-type contract, where the government commits to ordering all items awarded, with deliveries determined by various methodologies such as F.O.B. Destination. Detailed requirements cover packaging, marking, and compliance for hazardous materials, ensuring adherence to various regulatory standards. Additionally, the transportation of hazardous materials is scrutinized to comply with safety regulations. The contract also clarifies the billing processes for detention of shipping vehicles, defined quantities based on measured standards, and the implications for contract deliverables. Offerors are required to submit detailed proposals, including technical capabilities and past performance, emphasizing reliability in supply and compliance with quality control. Overall, this RFP underscores the government's commitment to ensuring stringent quality and safety standards in their procurement processes while also encouraging competitive bidding from capable contractors.
    The document outlines the requirements for a vendor's technical proposal as part of a solicitation process for government contracts. It requests detailed information regarding the vendor's production capabilities, storage capacity, container specifications, quality control procedures, and commitment from manufacturers if the vendor is not producing the products themselves. Key sections include descriptions of in-process quality control measures, a quality sampling plan, and the need for contractor-furnished equipment along with securing delivery containers with tamper-evident seals. The proposal must also address how the offered products will meet applicable specifications and provide reliability assurance to fulfill government needs. This structured proposal submission emphasizes quality assurance, reliable supply chains, and compliance with industry standards, all critical in the context of federal and state RFP processes.
    The document serves as a checklist for offerors responding to Solicitation SPE601-25-R-0316, detailing the necessary submissions for the solicitation phase. Key required documents include the SF 1449 form, Quality Control Plan, Manufacturing and Filling Points, Contractor Performance Data Sheet, Pricing Worksheet, Transport Equipment Delay Certificate, and a Technical Proposal Document. Additionally, the checklist outlines documents that are not required at the submission stage but will be relevant for contract performance post-award. These include various QAP-related specifications and certificates. The structure distinctly categorizes required and informational documents to streamline the proposal process for potential contractors, underscoring the importance of compliance and adherence to specified quality assurance protocols in government contracting. Overall, this checklist facilitates the submission process while ensuring necessary documentation is available for review, ultimately enhancing the efficiency and effectiveness of the procurement process within federal and state contracting frameworks.
    This document serves as an introduction to federal and state RFPs, alongside federal grant opportunities. It outlines the mechanisms through which government entities solicit proposals for projects aimed at addressing public needs. Key elements include the procedures for applying for grants, eligibility requirements for bidders, and the criteria for evaluating submitted proposals. It highlights the importance of compliance with federal guidelines, financial accountability, and performance metrics in ensuring project success and sustainability. State and local RFPs are also discussed, emphasizing their role in local governance and community engagement. The document encourages potential applicants to explore various resources and support systems in navigating these opportunities. Overall, it underscores the federal government’s commitment to transparency and collaboration in partnering with the private sector for effective public service delivery.
    The Defense Logistics Agency Energy (DLA Energy) is soliciting proposals for a contract to deliver Gaseous Helium to Hill Air Force Base, Utah, under solicitation number SPE601-25-R-0316. The estimated quantity required is 160MC, with the delivery period spanning from January 1, 2026, to September 30, 2027. This solicitation includes several line items such as expedited delivery services and detention fees, with the intention of awarding all line items to a single offeror. Proposals must comply with Federal Acquisition Regulation (FAR) guidelines and will be evaluated based on the Lowest Price Technically Acceptable method, emphasizing the need for full compliance with specified clauses and requirements detailed in the attachments. Interested offerors have until August 11, 2025, to submit their proposals, which must include a Price Proposal and a Technical Proposal, and are encouraged to ask questions during a designated Q&A period. The contract aims to ensure timely and effective delivery of helium while adhering to government procurement standards and small business participation guidelines.
    The document is an amendment to a federal solicitation, identified as Amendment 0001 for contract SPE60125R0316. Its primary purpose is to address vendor inquiries regarding the solicitation for transferring compressed gas at Hill Air Force Base. Key updates include confirmation of an estimated usage volume of 80,000 Standard Cubic Feet (SCF) per year, clarification that this solicitation represents a new requirement, and assurance that the current DOT tubes and tanks meet safety requirements despite outdated references. The Q&A period for this amendment concludes on July 18, 2025, at 3:00 PM Central Time. This document emphasizes the importance of adhering to deadlines for offer acknowledgment to avoid rejections, indicating the procedural norms within federal contracting processes. Overall, the amendment reinforces the government’s efforts to engage contractors effectively while ensuring compliance and operational safety.
    This document is an amendment to a solicitation related to a contract (ID 0002) and addresses vendor inquiries regarding a new requirement for transferring gases at Hill Air Force Base. The amendment acknowledges several vendor questions, confirming an estimated usage of 80,000 standard cubic feet (SCF) annually and clarifying that this solicitation does not replace any existing contract. It addresses concerns that the bulk storage tubes referenced do not currently meet ASME compliance, as they are now stationary and do not use dated safety indicators. The document requires that contractors acknowledge receipt of the amendment, with instructions for submission. Overall, this amendment ensures clarity in the solicitation process, emphasizes compliance with safety standards, and responds to vendor requests for information, maintaining the integrity of the contract modification process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    QUAD CALIBRATION GAS - PRESOLICITATION CM25160006
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of QUAD CALIBRATION GAS under presolicitation CM25160006. This acquisition involves a firm-fixed price, indefinite quantity contract for National Stock Number (NSN) 6665-20-001-4671, with a total small business set-aside, aimed at supporting DLA stock in the continental United States. The contract is valued at up to $2,278,881 and includes a one-year base period with two optional one-year extensions, emphasizing the importance of timely delivery and past performance in the evaluation process. Interested suppliers should submit proposals electronically via DIBBS or email to Kimberly Pozderac at kimberly.pozderac@dla.mil, with the solicitation expected to be available on or around November 21, 2025.
    AVIATOR BREATHING OXYGEN AND LIQUID NITROTGEN in MIDWEST REGION 9.1C
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is preparing to solicit qualified suppliers for a five-year contract to deliver Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) to various locations in the Midwest region. This procurement includes not only the products themselves but also associated services such as expedited delivery, equipment installation and removal, and applicable fees. The contract, which will be awarded as a Firm Fixed-Price Type Requirements Contract, is crucial for supporting the Department of Defense's aerospace energy needs and is expected to be issued around December 10, 2025, with a performance period from July 1, 2026, to June 30, 2031. Interested parties can direct inquiries to Kelli Boles at kelli.boles@dla.mil or Willard Ramseur at willard.ramseur@dla.mil for further information.
    91--PROPELLANT,MONOMETH
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy Aerospace Energy office, is seeking procurement for monomethyl hydrazine (MMH), classified under the PSC code 9135 for liquid propellant fuels and oxidizers. This opportunity is part of a justification notice, indicating a specific need for this chemical base, which is critical for various aerospace applications, including propulsion systems for spacecraft and missiles. Interested vendors can reach out to Willard Ramseur at DSN 312-945-2111 or via email at Willard.Ramseur@dla.mil for further details regarding the procurement process.
    Propellant, Rocket Grade Kerosene (RP1, RP2 and RP2 Special Blend)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the production and storage of Rocket Grade Kerosene (RP-1, RP-2, and RP-2 Special Blend) under Solicitation SPE601-26-R-0300. This procurement aims to secure a firm-fixed-price requirements contract for the delivery of these propellants, which are critical for rocket propulsion systems, ensuring compliance with the detailed specifications outlined in MIL-DTL-25576F. The contract period is set from February 1, 2026, to January 31, 2031, with a total small business set-aside, encouraging participation from eligible vendors. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Contracting Officer Jessica Negron at jessica.negron@dla.mil.
    SOLICITATION: SPE605-25-R-0220 (HAWAII, POSTS, CAMPS & STATIONS (PC&S) PP 3.10)
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for various fuel products, including distillates and residuals, to support Department of Defense and federal civilian agencies in Hawaii through Solicitation SPE605-25-R-0220. The procurement encompasses an ordering period from July 1, 2026, to June 30, 2029, with deliveries extending until July 31, 2029, and is structured as a fixed-price requirements contract with economic price adjustments. This opportunity is particularly significant as it includes a partial small business set-aside, allowing for competitive participation from smaller firms, and requires all proposals to be submitted via the DLA Energy PC&S Offer Entry Tool (OET) by December 23, 2025, at 8:00 AM EST. Interested parties can reach out to Hannah Savine at hannah.r.savine@dla.mil or Kimberly Binns at kimberly.binns@dla.mil for further information.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the Annual Bulk Petroleum Purchase for the Atlantic, Europe, and Mediterranean Region under Solicitation Number SPE602-26-R-0700. This procurement aims to acquire various bulk petroleum products, including Naval Distillate (F76), Aviation Turbine Fuel (JA1), and Aviation Turbine Fuel (JP5), to support military operations across multiple locations in Europe, with delivery scheduled from July 1, 2026, to June 30, 2027. Offerors are required to utilize the Bulk Offer Entry Tool (OET) for submissions and must be registered in the System for Award Management (SAM), with a closing date for proposals set for January 5, 2026, at 3 PM EST. Interested parties can direct inquiries to Gerardo Gomez or Paul Johnson via the provided email addresses.
    BELLOWS ASSEMBLY, FI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Bellows Assembly for C-5 Aircraft, identified by NSN: 1680-01-192-2609. The contract will be an Indefinite Quantity Contract with a term of 60 months, requiring delivery within 400 days after receipt of order, and is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical as it supports the operational readiness of military aircraft, and the estimated annual quantity for the base period is 80 units. Interested vendors must submit a written proposal and complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    AIRCRAFT FUEL CELL / C4N, H1 ALL VERSIONS HELICOPTER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking suppliers for an indefinite quantity contract (IQC) for aircraft fuel cells specifically for the C4N, H1 helicopter models. The procurement involves the acquisition of 40 units annually of the aircraft fuel cell, which is critical for the operational readiness of military helicopters, and will be issued as an unrestricted procurement with no options for extension. Interested contractors must be certified by the Department of Defense to access the required unclassified data and participate in the reverse auction process, which will be conducted online via DLA Procurex. The solicitation is expected to be released on or about November 21, 2025, and interested parties can contact Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113 for further information.
    AGMS HELLFIRE and JAGM QTY ADD FOR FY26
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a sole-source procurement of additional quantities of HELLFIRE and JAGM missile systems from Lockheed Martin Corporation. Specifically, the contract seeks to acquire 200 E/A HELLFIRE and 500 E/A JAGM missiles for fiscal year 2026, with the intention of achieving cost efficiencies by combining this request with a previous procurement. This procurement is critical for maintaining the operational readiness and effectiveness of U.S. military capabilities. Proposals must be submitted by March 31, 2026, and should include detailed cost data and compliance with FAR and DFARS requirements. For further inquiries, interested parties can contact Mallory Medley or Anna Phillips via email at mallory.medley@dla.mil and anna.phillips@dla.mil, respectively.