CENTCOM Industrial Gas Program
ID: SPE4A624R0172Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATIONRICHMOND, VA, 23237, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is soliciting proposals for the CENTCOM Industrial Gas Program, which focuses on supplying industrial compressed and liquefied gases for operations within the CENTCOM Area of Responsibility. The procurement aims to ensure a reliable supply of various technical gases, including oxygen, argon, nitrogen, and acetylene, which are critical for military and aviation applications. Interested vendors must adhere to strict safety and compliance standards, with proposals due electronically by September 12, 2024, and should contact Marie Harrison at marie.harrison@dla.mil or 804-279-5477 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a list of technical gases, including various types of oxygen, argon, nitrogen, helium, hydrogen, acetylene, carbon dioxide, and refrigerants, along with their National Stock Numbers (NSNs) and specified units of issue. Each entry includes the NSN, complete or empty classification, and a brief description of the gas type. The list offers a comprehensive overview of available gases for governmental procurement, aligning with needs for various applications in military and technical contexts, such as aviator oxygen and medical-grade gases. The document is structured in a tabular format, providing a clear reference for stakeholders involved in federal and state procurement processes. This compilation serves as a crucial resource for facilitating the procurement of essential gases, supporting diverse governmental needs through organized listing and identification of products.
    The document outlines a list of technical gases and materials primarily used in aviation and industrial applications, each accompanied by a unique National Stock Number (NSN). The items include various forms of oxygen, argon, nitrogen, helium, and acetylene, with several entries specifically categorized as "technical" or "medical." The details include their NSN codes, descriptions, and a proposed price for each item during the base year estimation phase. The structured format categorizes these gases by type, indicating the significant demand for specialized gases in federal and local government contracts. This catalog is likely intended to inform potential suppliers about the government's needs for these materials, facilitating responses to forthcoming Requests for Proposals (RFPs) or grants related to the supply of these items. Overall, the document serves as a resource for procurement processes within government operations focusing on technical and medical gas needs.
    The Customer Returns Report outlines the processes involved in handling customer returns for federal inventory items, identified by National Stock Numbers (NSNs). The document includes key data elements such as the NSN description, date received, customer details (including DODAAC and address), TCN for overseas returns, corresponding NSN, quantity received, and the condition code of returned items. This structured report provides insight into the condition and logistics of returns, crucial for managing federal resources efficiently. The report's relevance lies in supporting federal procurement operations by ensuring that returned materials are accurately recorded and assessed for reintegration, refurbishment, or disposal, thereby enhancing inventory and supply chain management in line with government contracting standards.
    The document outlines the consent requirements for critical subcontractors and joint venture partners participating in RFP # SPE4A6-24-R-0172 for the Compressed Gases and Cylinder Program, issued by the Defense Logistics Agency Aviation (DLA Aviation). It emphasizes the government's focus on past performance information during contractor evaluations, specifically stating that such information cannot be disclosed to the prime contractor without explicit consent from the subcontractors or partners involved. To facilitate the evaluation process, it requests completion of a consent form that allows the sharing of past and present performance information with the prime contractor. The form is intended to be signed by an authorized individual representing the critical subcontractor or joint venture partner, confirming their agreement to this disclosure for the purpose of assessment. This procedure underscores the importance of past performance in ensuring the government's acquisition decisions reflect best value, adhering to the guidelines set forth in FAR regulations regarding source selection information.
    The Present/Past Performance Questionnaire for RFP SPE4A6-24-R-0172 serves as a key tool in evaluating contractors’ past performance related to a specific program. Respondents must provide detailed information about their identity, agency, business, contract details, and performance assessments. The questionnaire is structured into three parts: Part I focuses on specific program information including contractor details and contract types; Part II covers general program information such as period of performance and contract dollar value; and Part III encompasses performance assessments where respondents rate various aspects of the contractor’s performance using a scale from "Unsatisfactory" to "Exceptional." The questionnaire emphasizes the need for objective evaluations, requiring respondents to justify ratings and provide additional remarks where necessary, particularly if performance is deemed less than satisfactory. This document assists federal agencies in making informed decisions during the procurement process by capturing contractors' efficacy in fulfilling requirements, managing resources, and addressing issues that affect performance. Overall, it plays a crucial role in ensuring accountability and promoting high standards in government contracting.
    The document is a Client Authorization Letter submitted by a company responding to the Defense Logistics Agency Aviation's (DLA Aviation) Request For Proposal (RFP) SPE4A6-24-R-0172 for the Industrial Compressed Gases and Cylinder Program. It emphasizes the importance of past performance evaluations in the acquisition process. The company requests its clients to complete an attached questionnaire regarding their work experience, which must be submitted electronically with stringent protocols, including encrypted email communications. The letter instructs clients on how to securely discuss and send this information, marking emails appropriately and designating a point of contact for inquiries. This initiative showcases the company's commitment to transparency and collaboration with DLA in the proposal process, aligning with federal acquisition regulations. The overarching aim is to ensure that the government can validate the company's past performance efficiently while adhering to security protocols.
    The document outlines the procedures for the Present/Past Performance Questionnaire related to the DLA Request for Proposal (RFP) SPE4A6-24-R-0172 for Industrial Compressed Gases and Cylinder Program. As the main point of contact (POC), the offeror must distribute and track completed questionnaires from their teaming partners, which must be directly submitted to the Government by September 12, 2024. The completed questionnaires contain sensitive information and cannot be shared with the offeror. Any inquiries regarding the RFP or questionnaire must be directed to the specified Government contacts. This process emphasizes the offeror's responsibility for gathering performance information from its partners while adhering to designated timelines and protocols, ensuring compliance within federal procurement standards.
    The "Present/Past Performance FACTS Sheet" is a component of government Requests for Proposals (RFPs) designed for offerors to document their previous contract performances relevant to specific programs. The sheet requires detailed information, including the offeror’s company name, contract details, types of contracts, values, and a narrative description of the effort's relevance, particularly its logistics and compliance with regulations. Offerors must outline their experience with different contract types, their record in cost control and on-time delivery, and their approach to subcontracting with small businesses. Additional sections include contact information, details on any relevant personnel from previous contracts, and an outline of contract issues such as quality deficiencies or performance rating discrepancies. The summary of past performance will be independently assessed by government officials as part of the evaluation process. This documentation aims to ensure transparency and thorough evaluation of contract capabilities and past performance effectiveness within government procurements.
    The government file SPE4A6-24-R-0172 details a request for proposals (RFP) for refurbishment and disposal services related to cylinders and gas support, specifically focusing on tasks for acetylene and other gas cylinders. Key services outlined include visual inspections, removal of gas residues, external blasting, and various forms of testing such as hydrostatic and ultrasonic testing. Additional services include internal cleaning methods, the installation of new valves, and cylinder disposal options. The document emphasizes pricing per cylinder for these services, which suggests a structured approach to maintaining safety and compliance of gas cylinders. This RFP aims to ensure that proper refurbishment and disposal measures are taken for hazardous gas cylinders, aligning with federal and local safety standards and regulations. The structured layout of the document, with headings for each service, indicates a comprehensive classification of the required work and pricing, designed to guide potential contractors in submitting their bids effectively.
    The CENTCOM Cylinder & Gas Support program, as outlined in solicitation SPE4A6-13-R-1214, aims to provide industrial compressed and liquefied gases for U.S. Government and Military operations within the CENTCOM Area of Responsibility. The contractor is responsible for supplying DOT-compliant gas cylinders, maintaining a pool of Government Furnished Property (GFP) cylinders, handling refill and refurbishment processes, and ensuring proper environmental compliance. Key responsibilities include managing inventory, processing orders through the DLA system, adhering to safety regulations, and conducting regular quality checks. A stringent reporting structure outlines monthly and as-needed reports on cylinder status and maintenance activities. The contract emphasizes meticulous adherence to regulatory requirements, including transportation, packaging, and emergency procedures. Furthermore, it mandates that the contractor coordinate effectively for the transition to new contracts upon completion or termination of this contract, which reinforces the importance of efficient supply chain management in supporting military logistics in volatile regions. This initiative exemplifies the government's commitment to ensuring reliable gas supply for operations while maintaining compliance with safety and environmental standards.
    The document is a federal government file detailing requests for proposals (RFPs) and grants related to a range of technical gases and associated privatization processes. It presents an extensive list of National Item Identification Numbers (NIINs) and corresponding nomenclatures for various gases, primarily focusing on technical and medical-grade gases such as oxygen, nitrogen, strategic refrigerants, and acetylene. Each item is categorized under specific classifications featuring storage details, shelf life, and procurement information. The primary focus on "privatization" suggests a strategic initiative aimed at outsourcing or commercializing certain gas supply and management operations. Supporting details indicate various quality control and technical management requirements to ensure compliance and accountability in procurement. The document's structure is systematic, listing items in a tabular format that includes their identification and handling instructions. Overall, the file underscores the government's emphasis on standardizing and managing gas supplies efficiently, highlighting the importance of adhering to procurement protocols and safety standards within federal operations.
    The document is a Safety Data Sheet (SDS) and transmittal form used by the Defense Logistics Agency (DLA) for procuring hazardous materials. It outlines necessary information for suppliers and procuring offices, including details like product NSN, supplier and manufacturer information, and compliance with various federal regulations relating to hazardous substances. The form ensures products are adequately labeled according to legal requirements, such as the Consumer Product Safety Act and the Federal Hazardous Substances Act. It requires completion by both the procuring activity and the DLA's Chemist/Quality Control department, who evaluate the submission for acceptability. The document includes email addresses for submitting forms to various DLA divisions and specifies the necessity of a completed SDS transmittal within the context of government contracts and procurements. Overall, this protocol aims to enhance safety and compliance in hazardous material procurement for federal and military use, emphasizing regulatory adherence and proper documentation.
    The document outlines a government contract proposal identified by the reference numbers SPE8EG19DXXXX and SPE8ES21FXXXX, created on July 3, 2023. It includes metadata such as creation and expiration timestamps, along with details about responsible parties, product specifications, and vendor information. Although specific product names or National Stock Numbers (NSNs) are not provided, the document indicates a focus on materials safety data sheets (MSDS) related to federal contracts. The inclusion of contractor serial numbers and manufacturer information suggests a structured approach to managing vendor relationships and compliance with government procurement standards. Overall, the document serves as a formal registration of a contract or proposal, pertinent to federal governmental requests for proposals (RFPs) and grant initiatives, highlighting ongoing efforts to enhance accountability and traceability in federal contracting processes.
    The document outlines a Condemned Property Report focusing on U.S. Government-owned cylinders, particularly those used for gas service. It lists criteria for rejection, including signs of corrosion, dents, bulges, illegible stampings, unauthorized repairs, and specific defects that require attention. The report emphasizes compliance with Department of Defense specifications, particularly DoD 4145.19-R-2, concerning the inspection and condemnation process for cylinders. Key data points include manufacturer details, serial numbers, cylinder dimensions, and inspection dates. The document serves as a standardized record for assessing and disposing of condemned property, ensuring safety and regulatory adherence in managing hazardous materials within government operations. This summary underscores the importance of adhering to safety standards and precise documentation in the management of condemned government property.
    The Monthly GFP Report outlines the management and status of government-owned gas cylinders, detailing their acquisition, use, and disposal. Key sections include gas types, specifications, and quantities relating to the National Stock Number (NSN) for both empty and full cylinders. The report breaks down the flow of cylinders from initial receipt and additional deliveries from the Defense Logistics Agency (DLA) to customer returns, providing a comprehensive tally of total receipts, transfers, and deliveries. It tracks cylinder status, including those pending disposal and orders awaiting delivery. The report also categorizes cylinders available for use, including full and refurbished units, along with consumption forecasts. This document serves to ensure accountability in federal resources by monitoring cylinder inventory and usage, aligning with government oversight mechanisms for efficiency and compliance in federal operations.
    The document addresses the monthly refurbishment procedures for U.S. Department of Defense (DoD) industrial gas cylinders. It outlines a series of required maintenance activities, including external visual inspections, removal of various gas residues, hydrostatic testing, and the re-stamping of engraved markings. Special mention is made of ultrasonic testing, which may only be conducted upon vendor waiver submission and approval by the Defense Logistics Agency (DLA). The procedures ensure the safety and reliability of gas cylinders, addressing critical tasks such as internal cleaning and cylinder disposal, particularly for acetylene cylinders. The established protocol reflects a commitment to maintaining equipment standards in accordance with federal regulations, ensuring operational efficiency and safety compliance within the DoD framework. This document is part of an ongoing federal initiative to manage and enhance the quality of necessary resources effectively.
    The document outlines a weekly delivery order system for gas, detailing essential logistical information related to the order processing for the federal government. Key components include the delivery order number, National Stock Number (NSN), customer document number, order quantity, and various dates such as order receipt, delivery, and actual delivery. It specifies the parties involved in transshipment and tracks the quantity delivered. The format indicates a structured approach to ensure efficient management of supplies, which is critical in maintaining operational readiness for government agencies. This document is likely part of a broader framework of Requests for Proposals (RFPs) and grants, aiming to streamline procurement processes while ensuring compliance with federal regulations. By documenting each stage of the delivery order, government agencies can maintain clear records, effectively coordinate logistics, and support strategic supply chain management.
    The Defense Logistics Agency - Aviation in Richmond, VA, is seeking industry input on strategies for enhancing its industrial gas support program to aid U.S. Military operations in CENTCOM, with the aim of improving readiness, safety, and efficiency while reducing costs. This includes managing the supply chain for compressed and liquefied gases, cylinder maintenance, and compliance with military regulations. Interested parties are requested to submit their responses to specific RFI questions by March 19, 2024, either by hard copy or email.
    The Defense Logistics Agency (DLA) Aviation plans to solicit a Fixed Price, Indefinite Quantity contract for 48 National Stock Numbers (NSNs) related to compressed and liquefied gases, intended for U.S. Military and Government operations in the CENTCOM theatre. The solicitation, anticipated for release on June 7, 2024, will include a base year and four one-year options, following unrestricted procurement procedures and evaluating bidders based on price and past performance. Interested parties can access the solicitation on the BSM DIBBS website, as no paper copies will be provided.
    The document is a solicitation for the provision of specific supplies and services under Contract No. SPE4A6-24-R-0172, issued by DLA Aviation. It outlines a fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) contract structure with a one-year base and four option years. The project requires all bidders to submit comprehensive proposals for all listed materials and services as specified in the Statement of Work. The submission must comply with the solicitation’s terms, including safety requirements and delivery schedules for various priorities. The contracting officer emphasizes that proposals should be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) and that proposals for less than the full requirement will be rejected. Vendors must provide data for government-furnished property and pricing in United States Dollars. The evaluation criteria include estimated annual demand and delivery capabilities. Additionally, compliance with health and safety regulations is mandated, including submission of necessary safety data sheets and hazard warning labels. The emphasis on prompt payments, delivery timelines, and complete adherence to requirements illustrates the standards and expectations of federal procurement processes.
    Similar Opportunities
    Request for Information; Multi-NSN; FSC 6830s; industrial compressed and liquefied gases to support U.S Military forces conducting operations in United States Central Command (CENTCOM).
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking information regarding the procurement of industrial compressed and liquefied gases to support U.S. Military operations in the Central Command (CENTCOM) area. This opportunity involves the supply of various gases, including acetylene, argon, carbon dioxide, helium, hydrogen, nitrogen, oxygen, and several refrigerants, as outlined in the attached catalog of National Stock Numbers (NSNs). These gases are critical for military operations and applications, ensuring compliance with inventory requirements and operational needs. Interested parties should note that the closing date for submissions has been extended to September 27, 2024, and can contact Jocelyn Gaskins at Jocelyn.Gaskins@dla.mil or Marie Harrison at marie.harrison@dla.mil for further inquiries.
    SYNOPSIS - Gases Compressed and Liquefied LAE, LN2, NLL, LNQ, Aberdeen Proving Ground, MD
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking suppliers for a five-year contract to deliver various gases, including Liquid Argon, Liquid Nitrogen, and Liquid Oxygen, to Aberdeen Proving Ground, MD. The procurement aims to fulfill the Department of Defense's requirements for aerospace energy products and related services, with specific National Stock Numbers (NSNs) identified for each gas type. These gases are critical for various military applications, and the contract will be awarded as a Firm Fixed-Price Type Requirements Contract, with the solicitation expected to be issued on September 30, 2024. Interested parties can reach out to Dovie Gary at dovie.gary@dla.mil or Leno Smith at leno.smith@dla.mil for further information.
    DLA Industrial Gas & Cylinder Recompete (CONUS) - SPE4AX-24-R-0026
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the recompete of Industrial Gas & Cylinder supplies within the Continental United States (CONUS). This procurement aims to support a total of 744 National Stock Numbers (NSNs), with an initial pricing for 375 NSNs anticipated at the contract award. The contract will span a five-year base period with an option for an additional five years, totaling up to ten years of performance, and will be awarded competitively under FAR Part 15 guidelines. Interested parties are encouraged to participate in a Virtual Pre-Proposal Conference on September 27, 2024, to address solicitation-specific questions, with registration required by September 20, 2024. For further inquiries, companies may contact Jeremy Reeves at Jeremy.T.Reeves@dla.mil or Patrick Finegan at patrick.finegan@dla.mil.
    Aviator Breathing Oxygen (ABO)
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the delivery of Aviator Breathing Oxygen (ABO) to the U.S. Coast Guard Kodiak Station in Alaska under solicitation number SPE601-24-R-0314. Contractors are required to supply ABO that meets MIL-PRF-27210J standards, ensuring compliance with quality assurance protocols, including the provision of a Certificate of Analysis with each shipment and adherence to hazardous material transport regulations. This procurement is critical for maintaining the operational readiness of military aviation, emphasizing the importance of secure and efficient logistics in aerospace energy services. Interested vendors must submit their proposals by September 30, 2024, at 3:00 PM CST, and can direct inquiries to Contract Specialist Shanise Mingledolph at shanise.mingledolph@dla.mil or Contracting Officer Willard M. Ramseur at willard.ramseur@dla.mil.
    SPE60124R0317 LAE, LN2 & ABO Norfolk NSY, VA
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking qualified suppliers to provide Liquid Argon, Liquid Nitrogen, and Aviator Breathing Oxygen for the Norfolk Naval Shipyard in Virginia. The procurement includes the delivery of these gases, along with related non-recurring services such as installation, maintenance, and equipment usage fees, with a contract period from April 1, 2025, to March 31, 2030. These products are critical for aerospace energy applications, and the selected contractor must demonstrate the capability to meet stringent specifications and quality assurance requirements. Interested vendors should submit a capability statement and ensure they are registered in the System for Award Management (SAM) by the anticipated solicitation release in September 2024. For inquiries, contact Nelson Vega Beltran at nelson.vega@dla.mil or Jessica Negron at jessica.negron@dla.mil.
    Supply of Welding and Industrial Gases
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is soliciting proposals for the supply of welding and industrial gases under solicitation number W91ZLK-24-R-0035. The procurement aims to secure a Firm-Fixed-Price (FFP) contract for the delivery of various pure gases and mixtures, including liquid argon, nitrogen, and oxygen, to support operations at the Aberdeen Test Center over a base period of 12 months with two optional one-year extensions. This contract is a 100% Small Business Set-Aside, with an estimated annual ceiling of $20,000, emphasizing the importance of these supplies for maintaining operational efficiency in chemical defense operations. Interested vendors must submit their proposals by 4:00 PM Eastern Time on September 18, 2024, and direct any inquiries to Contract Specialist Christine Orr at christine.n.orr.civ@army.mil.
    Defense Logistics Agency (DLA) Troop Support Medical Gas Electronic Catalog (ECAT) Program
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for the Medical Gas Electronic Catalog (ECAT) Program, aimed at fulfilling medical gas requirements for Military Treatment Facilities (MTFs) and Dental Treatment Facilities (DTFs) across the Contiguous United States, Alaska, Hawaii, and Puerto Rico. The procurement focuses on the refilling of bulk medical gas tanks and the supply of various cylinder-compressed medical gases, including oxygen, carbon dioxide, nitrogen, and specialty gas mixtures, while ensuring compliance with hazardous material handling and labeling requirements. This initiative is critical for maintaining a steady supply of high-purity medical gases essential for patient care in military healthcare facilities. Interested vendors must submit their proposals by October 8, 2024, and can direct inquiries to Mario Buonanoce at mario.buonanoce@dla.mil. The contract is structured as a partial small business set-aside, with a maximum duration of seven years and an estimated total value of $450 million.
    Bulk Liquid Gases & Rental Tanks at B600 & B3146
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to Airgas USA LLC for the provision of bulk liquid nitrogen (LN2) and rental tanks, along with associated delivery and maintenance services. The procurement specifically requires two 1,500-gallon non-medical grade LN2 tanks to support laboratory activities, with timely delivery of bulk LN2 needed within 24-36 hours upon request to designated facilities in Indian Head, Maryland. This contract is crucial for maintaining the operational efficiency of ongoing experiments and analytical processes at NSWC IHD, reflecting standard federal procurement practices for essential scientific functions. Interested vendors must respond with their capabilities by September 19, 2024, at 10 AM EST, and should direct inquiries to Nicole Coleman at nicole.coleman@navy.mil.
    CONVERTER, LIQUID OXYGEN
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 27 units of a Converter, Liquid Oxygen, as part of a presolicitation notice. This equipment is critical for converting liquid oxygen into a gaseous state for use in aircraft, with specific dimensions and material requirements outlined in the solicitation. The anticipated delivery date for the converters is on or before June 30, 2025, and interested vendors must submit their proposals by October 28, 2024. For further inquiries, potential bidders can contact Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 405-855-7126.
    SOURCES SOUGHT NOTICE FOR NSN: 8120-01-602-0607
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is conducting a Sources Sought Notice to identify potential suppliers for the Cylinder, Compressed Gas, Air, Breathing under National Stock Number (NSN) 8120-01-602-0607. The DLA is exploring the possibility of establishing a Long Term Contract for an estimated annual quantity of 570 units, with Scott Technologies, INC identified as a known source for this item. Interested contractors are encouraged to reach out to Manuel De La Hoz at manuel.delahoz@dla.mil or by phone at 215-737-8489 before the deadline of 30 days from the post date for further engagement. This notice is solely for market research purposes, and no obligation to purchase is implied.