This Performance Work Statement outlines the requirements for aviator oxygen tank services for the 344th Training Squadron (TRS) at JBSA-Lackland, Texas, and the 342nd TRS at Wright-Patterson Air Force Base, Ohio. The contractor must provide all personnel, equipment, transportation, supplies, and supervision for monthly pick-up, processing, refilling, and delivery of 300 high-pressure steel green cylinders with 540 CGA valves. Oxygen purity must be 99.5% or higher. The contractor is responsible for establishing and maintaining records, adhering to all applicable regulations, and providing a point of contact. Additional services require 48-hour notice. The contractor is also responsible for quality control, managing discrepancies within 48 hours, and proper waste removal. Normal operational hours are Monday through Friday, 7:30 A.M. to 4:30 P.M., with exceptions for federal holidays.
The 344 Aerospace Physiology Technical Training at JBSA Lackland, TX, requires a blanket purchase agreement for aviator oxygen tank services. This need arises from the high volume of Airmen trained annually on low-pressure chambers and other aircrew equipment in Building 10900. The salient characteristics for the required oxygen cylinders specify 53 industrial-grade oxygen cylinders, each 300 high pressure, with a CGA 540 connection, DOT specification 3AA-2400, approximately 55 inches in length, and weighing around 132 lbs. This document outlines the specific requirements for the procurement of these oxygen tanks.
The Department of the Air Force's 502D Air Base Wing is conducting market research through a Request for Information (RFI) to identify contractors capable of providing Oxygen Tank Services. These services are required for the 342 Training Squadron at Wright-Patterson AFB, Ohio, and the 344 Training Squadron at JBSA Lackland, Texas. The RFI seeks information on potential sources, specifically inquiring about small business status under NAICS Code 325120 and PSC 6830, socio-economic concerns, prior experience with military customers, and GSA or Open Market pricing. The government emphasizes that this is solely for market research, not a Request for Quotation, and pricing information should not be submitted. Interested parties must respond via email by December 29, 2025, at 4:00 p.m. CDT, confirming their interest and capability to provide services to one or both locations. This RFI is voluntary and does not guarantee a future contract award.