BPA - GASES: COMPRESSED AND LIQUEFIED PSC 68--
ID: N0017424SN26Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

All Other Basic Organic Chemical Manufacturing (325199)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the procurement of compressed and liquefied gases, including argon, nitrogen, helium, oxygen, and others. The objective is to secure standard commercial supplies and services at competitive prices, with a focus on small businesses as this opportunity is set aside for total small business participation. These gases are critical for various defense applications, and the BPAs will facilitate timely access to these essential materials while ensuring quality and reliability through a structured evaluation of past performance. Interested vendors must submit their documentation and references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a past performance questionnaire for a blanket purchase agreement. It includes guidelines for rating the offeror's past performance as acceptable or unacceptable, as well as a table to evaluate customer satisfaction, timeliness, technical success, program management, and quality. The document also requests subjective responses regarding recommending the contractor for similar contracts and any special or unique problems experienced.
    The document is a Past Performance Questionnaire developed for assessing Offerors in relation to a Blanket Purchase Agreement for gases by the Naval Surface Warfare Center. It seeks input from agencies that have engaged with the Offeror, requesting information about the Offeror’s previous performance, including the length of involvement and various performance metrics. Key evaluation criteria are defined, distinguishing between Acceptable and Unacceptable performance assessments based on the Offeror's adherence to contractual requirements, quality of service, management practices, and responsiveness to customer needs. Acceptable performances indicate that the Offeror met or exceeded contractual obligations with minor issues, while Unacceptable performances highlight deficiencies that hindered project success. The questionnaire also includes subjective questions aimed at providing additional insight into the contractor's reliability and potential challenges the government may face. Overall, this document serves to facilitate a structured review process for determining the past performance of contractors in consideration of future government contracts, ensuring both accountability and informed decision-making in awarding contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    BPA Compressed Gas Cylinders
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Grounds, is seeking small businesses to provide various compressed gases for the Tobyhanna Army Depot (TYAD) under a Blanket Purchase Agreement (BPA). The contractor will be responsible for supplying and delivering gases such as chlorine, oxygen, argon, nitrogen, and acetylene, adhering to a weekly delivery schedule and exchanging full cylinders for empty ones. This procurement is crucial for maintaining the operational capabilities of TYAD, with a total award limit of $250,000 over a five-year period. Interested small businesses should submit their capabilities and relevant information to Forrest Green at forrest.l.green8.civ@army.mil by the specified deadline, noting that responses will be treated confidentially.
    Compressed Industrial Gases and Specialty Gases Requirements, U.S. Army Aberdeen Test Center (ATC)
    Buyer not available
    The U.S. Army, through the Department of Defense, is seeking to procure compressed industrial and specialty gases for the Aberdeen Test Center (ATC) in Maryland. The contract will involve the supply of various gases, including argon, helium, hydrogen, and nitrogen, along with necessary equipment, adhering to strict quality control and regulatory compliance standards. These gases are critical for supporting military testing operations at the ATC, ensuring a reliable supply chain for essential materials. Interested parties must submit capability statements and pricing information to Jennifer Langrehr at jennifer.b.langrehr.civ@army.mil within five business days, with the contract expected to commence on April 15, 2025, and lasting for 12 months with four optional renewals.
    9.1 B Southeast Region Oxygen, Nitrogen & Argon
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking contractors to provide multiple aeronautical gases, including Aviator Breathing Oxygen, Liquid Oxygen, Liquid Nitrogen, and Liquid Argon, for delivery to various locations in the Southeast United States. The contract is structured as a Firm-Fixed Price Requirements type and will be in effect from July 1, 2025, to June 30, 2030, emphasizing the contractor's responsibility for delivery into both contractor-provided and government-owned tanks. These gases are critical for aviation operations, and the procurement process will evaluate proposals based on price, technical capability, and past performance, utilizing a Lowest Price Technically Acceptable Source Selection Process. Interested parties should direct inquiries to Kelley Mauldin at kelley.mauldin@dla.mil or call 210-383-8874 for further details and submission requirements.
    Mixed Dive Gas Cylinders
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Pearl Harbor, is seeking suppliers for Mixed Dive Gas Cylinders. The procurement aims to acquire industrial gas manufacturing services, focusing on compressed and liquefied gases, which are critical for various naval operations and training exercises. These gas cylinders play a vital role in supporting diving operations and ensuring the safety and efficiency of personnel involved in underwater activities. Interested vendors can reach out to Paul J. Carrara at 808-473-7504 or via email at paul.j.carrara.civ@us.navy.mil for further details regarding the solicitation process.
    Propane BPA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the Surface Combat Systems Center (SCSC) in Wallops Island, Virginia, is seeking proposals for a Blanket Purchase Agreement (BPA) for propane tank rental and delivery services. The BPA will cover an initial period of twelve months, starting December 11, 2025, with the potential for four additional twelve-month extensions, and will require the contractor to maintain and supply five 1,000-gallon propane tanks while ensuring compliance with all relevant regulations. This procurement is vital for supporting operational needs, with an anticipated total supply of 5,000 gallons of propane throughout the year, and is set aside for small businesses with a maximum call limit of $250,000. Interested contractors should contact Lee Ann Mizelle at lee.a.mizelle.civ@us.navy.mil or call 540-742-8050 for further details.
    Industrial Gases IDIQ N64498-25-SIMACQ-PD-1410-0050
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply of industrial gases, specifically for the Naval Foundry and Propeller Center in Philadelphia, Pennsylvania. The contract aims to ensure the timely delivery, use, and pickup of various industrial gases essential for naval propeller design and manufacturing, with a focus on compliance with Department of Transportation safety standards and a requirement for a Quality Management System aligned with ISO 9001:2015. This procurement is critical for maintaining operational efficiency in naval operations, emphasizing the importance of quality and safety in the materials supplied. Interested contractors must submit their proposals by February 25, 2025, and can contact Judy Secoda at judith.a.secoda.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil for further information.
    BPA - Pipe, Hose & Tubing PSC 4710, 4720, 4730
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the supply of pipe, hose, and tubing, categorized under PSC/FSC Codes 4710, 4720, and 4730. Interested vendors must demonstrate their capabilities by providing documentation, a price list, and at least three past performance references, which will be evaluated based on customer satisfaction, timeliness, technical success, program management, and quality. This procurement is crucial for ensuring the availability of standard commercial supplies and services at competitive prices, supporting various defense operations. Interested small businesses must submit their documentation to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with the BPAs expected to be issued on a six-month rotation through June 2029.
    Propane Gas Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through the NSWC Philadelphia Division, is seeking proposals for propane gas services. The procurement aims to secure reliable propane gas supply and related services, which are essential for various operational needs within the Navy. This opportunity falls under the NAICS code 325120 for Industrial Gas Manufacturing and the PSC code S111 for utilities-gas, highlighting the critical nature of these services in supporting military operations. Interested vendors can reach out to Brooke Steele at brooke.a.steele3.civ@us.navy.mil or call 267-990-6039 for further details regarding the solicitation process.
    SPE60125R0309 ABO & LN2 NORTHEAST US REG 9.1A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for a Firm-Fixed Price Requirements contract to supply Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) for military operations across various locations in the United States. The contract, which spans from July 1, 2025, to June 30, 2030, requires contractors to deliver these essential aerospace energy products within specified timelines, including expedited deliveries for emergencies, while adhering to stringent military standards and specifications. The procurement is critical for ensuring the availability of these gases, which are vital for military aircraft operations and safety. Interested contractors must submit their proposals, including past performance data, by February 21, 2025, and can contact Carrie Harmon at carrie.harmon@dla.mil or Jessica Negron at jessica.negron@dla.mil for further information.
    68--THIS IS A PRE-SOLICITATION NOTICE ONLY For Argon and tank rental
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking to procure Argon and tank rental for the NAVAL AIR STATION, NORTH ISLAND, SAN DIEGO, CA. This requirement will be solicited on an UNRESTRICTED basis using commercial item procedures. The contract will be a firm fixed price (FFP) type commercial purchase order. The FOB will be DESTINATION SAN DIEGO, CA. The solicitation will be posted on or about 03-30-2016 on the Navy Electronic Commerce Online (NECO) web link and can be downloaded from http://fedbizops.gov/. The closing date of the solicitation will be 15 days from posting. Interested firms must complete the CLIN pricing, provide all product technical specification documentation and technical compliance certifications, and ensure current registration in the SAM system at https://www.sam.gov/portal/public/sam. Any questions must be submitted in writing via email to Susan.Peterson@dla.mil.