DLA Ozone Depleting Substances (ODS) And Hydrofluorocarbons (HFC) Support Services
ID: SP4703-26-R-0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO RICHMOND DIVISION #1RICHMOND, VA, 23237, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Defense Logistics Agency (DLA) is soliciting proposals for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Support Services, aimed at providing comprehensive contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, including electronic monitoring system (EMS) maintenance at various sites, such as DLA San Joaquin, CA, and the Australian National Halon Bank. This contract is critical for managing ODS/HFC products and ensuring compliance with environmental regulations, with a firm-fixed-price structure for a base year and four option years, starting on May 1, 2026. Proposals are due by December 18, 2025, with inquiries accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) Richmond and Forward Sites issued Request for Proposal SP4703-26-R-0001 for Ozone Depleting Substances (ODS) and Hydrofluorocarbon (HFC) Support Services. This RFP outlines the evaluation criteria for proposals, emphasizing that non-price factors (Technical/Risk and Past Performance) are significantly more important than price. Technical/Risk, in turn, is more important than Past Performance. The Technical/Risk sub-factors are Management Approach and Capabilities, Technical Approach, and Personnel Qualifications, ranked in descending order of importance. Proposals will be evaluated on these non-price factors first, followed by price. Award will be based on the best value to the government. The document details the assessment of each factor, including relevancy and quality for past performance, and provides rating tables for technical/risk, past performance relevancy, quality, and overall performance confidence.
    The Defense Logistics Agency (DLA) is seeking proposals for the Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Reserve Program at DLA Aviation Richmond and other sites. This Request for Proposal (RFP) outlines requirements for logistics, warehousing, leak monitoring, and IT support services. The contract will be a Firm-Fixed Price (FFP) for a base year and four option years, with an estimated start date of May 1, 2026. Proposals will be evaluated based on technical/risk (most important), past performance, and price. The government intends to make an award without discussions and reserves the right to not make an award. Submissions are due by December 18, 2025, with questions due by December 1, 2025, both via email to derek.willis@dla.mil. Proposals must adhere to strict formatting, page limits, and content requirements, including a non-price and a price proposal. Alternative Dispute Resolution (ADR) is encouraged for any disputes.
    The provided document is a resume template for Key and Non-Key Personnel, likely intended for use in government RFPs, federal grants, or state and local RFPs. It outlines the required format and content for individual resumes, emphasizing a three-page limit per submission. The template specifies sections for general information (Company Name, Name, Title, Proposed Role), education (Start/End Dates, School, Degree, Major), and relevant experience. For experience, it requires details such as Start/End Dates, Client/Project identification, Employer, Job Title, and a description of responsibilities including software versions and project roles. Additionally, it mandates sections for certifications and affiliations, detailing the type, description, certifying activity, and date. Finally, it includes a section for security information, requiring disclosure of background investigations or security clearances. This structured template ensures that all submitted resumes provide consistent and comprehensive information for evaluation purposes.
    The Defense Logistics Agency (DLA) Contracting Services Office Richmond is soliciting past performance questionnaires for GSA RFP: SP4703-21-R-0005. This RFP seeks a firm to provide Ozone Depleting Substances (ODS) Reserve Program Office support. The questionnaire, due by December 18, 2025, at 4 PM EST, requires detailed information on a contractor's past and current performance, including contract number, role, type, value, and a description of services. It also asks about CPARS reporting and any significant changes in scope or performance. A comprehensive evaluation survey assesses contractors on quality of service, cost control, timeliness, management approach, personnel management, and customer satisfaction, using a rating scale from "Outstanding" to "Unacceptable." The information provided will be used for best value evaluation.
    The Department of Defense (DoD) Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Reserve Program Office requires contractor support for logistics, warehousing, leak monitoring, administrative, analytical, and IT functions. The contractor will manage the ODS/HFC Reserve at DLA Aviation in Richmond, VA, and provide electronic monitoring system (EMS) maintenance at sites including San Joaquin, CA, and Australia. Key responsibilities include handling ODS/HFC products, performing leak detection on approximately 30,000 cylinders, managing inventory, supporting customer turn-ins, coordinating shipments, and maintaining IT systems and the program's website. The contractor will also provide analytical support, monitor policies, conduct studies, and prepare various reports. Key personnel must meet specific qualifications and certifications, including OSHA-approved forklift training and EPA certification for handling ODS/HFC. The contract emphasizes quality assurance, performance measurement, and strict adherence to security and personnel requirements, including Common Access Card (CAC) procedures.
    The DLA ODS-HFC Services Support Contract SP4703-26-R-0001 outlines a comprehensive service agreement for operations, logistics, network engineering, material handling, and EMS support, with a base year and four option years, plus an additional six-month extension option. The contract details specific labor categories, quantities, and hours per year, with unit prices left blank for most services. Travel is a consistent fixed cost across all periods, with an initial total of $105,000 for the base year and subsequent option years, and $10,500 for the six-month extension. The total contract price, including the FAR 52.217-8 option, is $115,500. A note requests the escalation rate utilized per option period, indicating a need for detailed cost breakdowns. This document serves as a request for proposal, detailing the scope of work and structure for pricing.
    The document outlines a federal solicitation for "Unit of Issue and Purchase Unit" services, focusing on providing Electronic Monitoring System (EMS) monitoring and maintenance. The contractor will support the U.S. Probation Aviation Installation in Richmond, Virginia, along with analytical and information technology functions for the U.S. Probation and Pretrial Services Program Office. Services include EMS monitoring and maintenance at sites such as the U.S. Probation in San Joaquin, CA, and the Australian National Melon Bank in Australia. The solicitation incorporates various federal acquisition regulations and includes provisions for invoicing, payment, and contract administration. The deadline for offers is set between late 2028 and early 2029, and the document specifies that the contractor must sign and return copies of the document to the issuing office, agreeing to furnish and deliver all items in accordance with the specified terms and conditions.
    DLA Aviation Richmond seeks proposals for a firm-fixed-price contract for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Reserve Program. This contract involves logistics, warehousing, leak monitoring, and IT functions for the ODS/HFC program office. The contractor will also provide electronic monitoring system (EMS) monitoring and maintenance at DLA San Joaquin, CA, and the Australian National Halon Bank. The contract has a 12-month base period and four 12-month option periods. The solicitation is unrestricted, with a NAICS code of 541614 and a small business size standard of $20M. Proposals are due by December 18, 2025, at 4 PM EST. Questions must be submitted by December 1, 2025, 4 PM EST. Award will be based on a tradeoff source selection process. Required submission documents include Management Approach, Technical Approach, Personnel Qualifications, List of prior contracts, Subcontracting Plan, Price Proposal, and SF1449. The contractor must be registered in SAM.gov.
    Lifecycle
    Title
    Type
    Similar Opportunities
    41-Filter-Drier, Refrigerant Sources Sought Notice
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is conducting a market research survey for the procurement of "Filter-Drier, Refrigerant" (NSN: 4130-01-425-5357) to assess interest and capabilities for a potential one-time large buy of 70 units, with a 100% Quantity Option. This Sources Sought Notice aims to identify suppliers who can meet the requirements for this essential refrigeration component, which is critical for various military applications. Interested vendors are encouraged to submit their responses, including company details and product availability, by 3:00 PM EST on January 16, 2026, to the primary contacts, Manuel De La Hoz and Tiffany McFadden, via their provided email addresses. This notice serves as an informational inquiry and does not constitute a formal solicitation.
    Warehouse and Distribution Services at DDRV
    Buyer not available
    The Defense Logistics Agency (DLA) is planning to award a modification to an existing contract for Warehouse and Distribution Services Support at DLA Distribution Richmond, Virginia (DDRV) on a sole source basis to AOC Logistics, Inc. (AOCL). This modification is necessary to extend the period of performance for two months, from May 1, 2023, to June 30, 2023, due to unanticipated delays in the acquisition process that could disrupt essential services. The services provided are critical for maintaining uninterrupted operations at DDRV, and the modification will ensure that all necessary management, personnel, and resources are available during this period. For further inquiries, interested parties can contact Amber Lynne Whitney at amber.whitney@dla.mil or Karen D Ghani at karen.ghani@dla.mil.
    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.
    Western Regional HW Incineration
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    DESICCANT,ACTIVATED
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of activated desiccant. This solicitation aims to fulfill specific requirements for the manufacture and quality assurance of the desiccant, which is crucial for moisture control in various military applications, particularly on submarines and surface ships. The contract includes stringent quality control measures, including compliance with multiple military standards and specifications, and emphasizes the importance of mercury-free materials. Interested vendors must submit their proposals by December 19, 2025, and can direct inquiries to Cerrill McMeekin at CERRILL.MCMEEKIN@DLA.MIL for further information.
    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.
    DLA Commercial Solutions Opening (CSO) FY2026
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting a Commercial Solutions Opening (CSO) for the fiscal year 2026, inviting proposals for innovative solutions to enhance its logistics support activities. The primary objective is to solicit Solution Briefs that address various Areas of Interest (AOIs), particularly focusing on developing Engineering Support Activities (ESA) approvable Level 3 Technical Data Packages (TDPs) for hard-to-procure or non-procurable parts, which are critical for maintaining the readiness of military services and other authorized customers. Interested offerors must submit unclassified Solution Briefs by March 13, 2026, using the provided template, and are encouraged to frequently check for updates on the AOIs. For inquiries, contact Thomas J. Walsh at Thomas.walsh@dla.mil or Lauren Runowski at Lauren.Runowski@dla.mil; please note that no funding is available for proposal submissions, as funds will only be disbursed after a signed contract.
    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.
    Contracted Laboratory Services CONUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking contractors to provide laboratory testing services for government-owned petroleum products across the Continental U.S. (CONUS). The contractor will be responsible for testing various fuels, including jet fuels, diesel fuels, unleaded fuels, additives, and lube oils, in accordance with military specifications, and for transporting samples to their laboratory facilities. This procurement is critical for ensuring the quality and compliance of fuel products used by the military, with testing required to be completed within specific time frames, including 24/7 availability. The solicitation is expected to be issued between December 2025 and January 2026, with a closing date around January 2026, and interested parties can contact Ralph Dayougar at ralph.1.dayougar@dla.mil or Karen Tom at karen.tom@dla.mil for further information. The contract period will span from March 15, 2026, to March 14, 2028, with options for extension.
    Detector Kit, Chemical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for a firm-fixed price contract for 22 Chemical Detector Kits (NSN: 6665-01-706-8739, Manufacturer Part Number: 6001-000082-2), with an option for an additional 22 units. This procurement is critical for ensuring the availability of reliable hazard-detecting instruments, which play a vital role in military operations and safety protocols. Proposals must be submitted via email to Patricia Roussin at patricia.roussin@dla.mil by December 15, 2025, at 11:59 PM EST, and interested parties should note that a Technical Data Package is available on sam.gov, requiring a current DD 2345 for access. Compliance with specific packaging, marking, and delivery requirements is essential, with deliveries to be made FOB Destination to Pine Bluff, AR, within 90 days after contract award.