Supply of Welding and Industrial Gases
ID: W91ZLK-24-R-0035Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABER PROV GRD, MD, 21005-3013, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document W91ZLK-24-R-0035 is a combined synopsis and solicitation for the supply of welding and industrial gases, issued as a 100% Small Business Set-Aside under NAICS Code 325120. The U.S. Government seeks quotes for a Firm-Fixed-Price (FFP) supply contract, anticipating a base period of 12 months with two optional one-year extensions. Deliveries will occur onsite at the Aberdeen Test Center, Gunpowder, Maryland. Proposals must be submitted in two volumes: a technical proposal (10 pages) and a price proposal (2 pages), following specific formatting guidelines. The technical proposal must demonstrate an understanding of the requirements outlined in the Performance Work Statement (PWS) to be deemed acceptable, while the price proposal should detail the unit price per cylinder, with a projected ceiling of $20,000 annually. Evaluation criteria include a determination of technical acceptability and the lowest price, ensuring proposals align with federal regulations as detailed in FAR. Offerors are required to be registered with the System for Award Management (SAM) and must adhere to submission deadlines and procedures, with questions directed to Contract Specialist Christine Orr. This solicitation reflects governmental purchasing processes aimed at ensuring fair competition among small businesses.
    The document outlines a combined synopsis/solicitation (W91ZLK-24-R-0035) for the supply and onsite delivery of welding and industrial gases at the Aberdeen Test Center in Gunpowder, Maryland. This procurement is designated as a 100% Small Business Set-Aside, classified under NAICS Code 325120. The intended contract will be a Firm-Fixed-Price agreement with a base period of 12 months and two optional one-year extensions. Offerors must submit their proposals via email, organized into two volumes: a Technical Proposal and a Price Proposal. The Technical Proposal must demonstrate a clear understanding of the requirements specified in the Performance Work Statement (PWS), while the Price Proposal should provide firm fixed prices for the base year and option years using the attached schedule. Proposals will be evaluated based on technical acceptability and lowest price, ensuring fair and reasonable pricing in accordance with federal regulations. Key submission dates are highlighted, including a deadline for questions and proposal submission. The document emphasizes compliance with formatting standards and essential submission procedures to be considered for award.
    The document outlines a Performance Work Statement for the procurement of welding and industrial gases by the Advanced Design & Manufacturing (ADM) Prototype Integration Facility supporting the Chemical Biological Center (CBC). The objective is to ensure weekly onsite delivery of various pure gases and mixtures, including liquid argon, nitrogen, oxygen, and several other gases necessary for ADM's operations, located at 8500 Otto Road, Gunpowder, MD. The contractor is responsible for providing gas bottles, cylinders, and necessary safety equipment. Orders will be placed one week in advance, with deliveries scheduled from 7:00 AM to 3:30 PM, Monday to Thursday, excluding holidays. The contractor must comply with environmental and safety regulations, submitting an Environment, Safety, and Occupational Health (ESOH) plan. The performance period includes a base year with two optional extensions. This RFP illustrates the government's commitment to maintaining high operational standards and safety management in chemical defense operations.
    The document outlines a Performance Work Statement (PWS) for the supply of welding and industrial gases by a contractor for the Advanced Design & Manufacturing (ADM) Prototype Integration Facility (PIF) at the U.S. Army Chemical Biological Center (CBC) in Gunpowder, Maryland. The objective is to facilitate the onsite delivery of various pure gases and mixtures, including oxygen, argon, hydrogen, nitrogen, and other specific gas types on a minimum weekly basis. The contractor is responsible for providing gas cylinders, dewars, necessary handling equipment, and safety accessories. Delivery is to occur during normal business hours, excluding weekends and federal holidays, with orders placed in advance by designated government personnel. The contractor must adhere to safety regulations and present an Environment, Safety, and Occupational Health (ESOH) plan. The contract has a base year with two additional one-year options, emphasizing compliance with OSHA and ANSI standards. This RFP emphasizes the essential supply needs for the manufacturing and technical support roles of the ADM within the chemical biological defense framework.
    The document, providing details on the RFP W91ZLK-24-R-0035, outlines the supply of welding and industrial gases for the base year from September 23, 2024, to September 22, 2025, and two subsequent option years. It lists various gases required, categorized by cylinder type and quantity, including liquid argon, liquid nitrogen, liquid oxygen, and several others in standard industrial cylinder sizes like 150CF and 145CF. The contractor must deliver these gases weekly to the specified location, Building E4301. Each year, the same gases and quantities are to be provided, emphasizing the consistency needed in delivery and supply over the three-year period. The document includes sections for unit prices but does not provide these specifics for each item listed, leaving total rental and delivery prices unaccounted for in this summary. Overall, this document serves as a structured outline of requirements for suppliers responding to the government’s request for specific welding and industrial gases, ensuring clear expectations for delivery and consistency across years.
    The document outlines a Schedule of Supply (RFP W91ZLK-24-R-0035) for the provision of welding and industrial gases for the federal government, covering three contract years—from September 23, 2024, to September 22, 2027. Each contract year consists of assorted gas types including Argon, Liquid Nitrogen, Liquid Oxygen, Helium, and Nitrous Oxide, among others, categorized by specific cylinder types and quantities. The contractor is mandated to deliver these gases weekly to Building E4301, ensuring the contracted quantities are maintained throughout the year. The document indicates the pricing structure additionally includes rental and delivery fees for each gas type per contract year. This comprehensive supply arrangement aims to streamline procurement processes for essential industrial gases while adhering to government-specific requirements.
    The document provides a detailed solicitation from the federal government (W91ZLK-24-R-0035) regarding the representation and certification of telecommunications and video surveillance services and equipment. It outlines various provisions and clauses linked to the prohibition of contracting for certain telecommunications equipment deemed risky to national security, specifically from entities like Huawei and ZTE. The solicitation stipulates that offerors must disclose whether they provide or use "covered telecommunications equipment or services" and includes specific instructions for documenting such disclosures. Additionally, it incorporates requirements related to the compliance with federal laws concerning child labor, tax liabilities, and the ownership of offerors. The evaluation process for offers is based on the Lowest Price Technically Acceptable criteria, ensuring that only compliant and qualified vendors engage in government contracts. This document emphasizes the importance of cybersecurity and operational transparency in government contracts, reflecting the U.S. government's ongoing efforts to safeguard its information and communication networks.
    The document addresses questions related to Solicitation W91ZLK-24-R-0035 under the federal procurement process, specifically concerning the supply of welding and industrial gases for Aberdeen. A notable inquiry highlighted the absence of Attachment 3, the Schedule of Services, which presumably outlines the quantities of gases needed. The response indicated that this schedule has now been added, clarifying that exact quantities may vary based on mission requirements and that the government intends to create a single Not To Exceed (NTE) line item for the gas supply, with an estimated annual ceiling of $20,000.00. This document reflects the government's process of clarifying RFP details and accommodating contractor inquiries, ensuring transparency and mutual understanding in federal contracting procedures.
    The document serves as a set of clarifications regarding Solicitation W91ZLK-24-R-0035, focused on procuring various welding and industrial gases for use at Aberdeen facilities. It addresses questions from potential contractors about specifications, quantities, and requirements related to the gases needed. Key points include the establishment of a single Not To Exceed (NTE) contract line item with an estimated ceiling of $20,000 annually, and clarifications on the use of specific dewars, as initial references to 800L dewars were incorrect. The document specifies the types and grades of gases required, including laboratory-grade gases for equipment like 3D printers and laser cutters, as well as detailed mixtures for tri-mix, helium, and argon. It also addresses misconceptions regarding the need for Nitrous Oxide and the storage of liquid nitrogen and oxygen, confirming that 800L tanks are not utilized. Overall, this document reflects the government’s need for clarity in its RFP process to ensure proper sourcing and compliance with the specified requirements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CENTCOM Industrial Gas Program
    Active
    Dept Of Defense
    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.
    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.
    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.
    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 services within the Continental United States (CONUS). This contract will encompass a total of 744 National Stock Numbers (NSNs), with an initial pricing for 375 NSNs anticipated at the time of the award. The goods and services procured are critical for supporting military operations and logistics, ensuring the availability of essential gases and cylinders. Interested parties should note that a Virtual Pre-Proposal Conference is scheduled for September 30, 2024, and must register by September 23, 2024, to participate. For further inquiries, contact Jeremy Reeves at Jeremy.T.Reeves@dla.mil or Patrick Finegan at patrick.finegan@dla.mil.
    GOX Carts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses for the procurement of two Oxygen Cart systems, referred to as "GOX Carts." The requirement includes a two-bottle gaseous oxygen cart designed for transportability and reduced size, which is essential for the operational efficiency of the ACE squadron. This procurement aims to modernize equipment by providing a cart that minimizes space usage during transport while ensuring safety and functionality, reflecting the government's commitment to enhancing operational capabilities. Interested vendors must submit their quotes by September 24, 2024, and can direct inquiries to William Gentry at william.gentry.8@us.af.mil or SSgt Jake P. Montalbano at jake.montalbano@us.af.mil for further clarification.
    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.
    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.
    BPA - GASES: COMPRESSED AND LIQUEFIED PSC 68--
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's Naval Surface Warfare Center Indian Head Division, has issued a Combined Synopsis/Solicitation notice for the procurement of compressed and liquefied gases. These gases are typically used for various purposes such as industrial processes, scientific research, medical applications, and welding. The procurement will be a Total Small Business Set-Aside, meaning it is open only to small businesses. The place of performance for this procurement is Indian Head, Maryland, with a zip code of 20640. Interested companies must provide documentation addressing their capabilities and expertise, as well as a price list if applicable. Blanket Purchase Agreements (BPAs) will be awarded based on positive past performance, and interested vendors should provide a minimum of three past performance references. The government also requires vendors to have an active account in the Procurement Integrated Enterprise Environment (PIEE) for invoicing and receiving reports, or the option to use a credit card for payment. Vendors should submit their documentation and references to Barbara.j.grinder.civ@us.navy.mil by the specified deadlines to be considered for the Master BPAs. The government reserves the right to consider past performance information from other sources. The primary and secondary points of contact for this procurement are Barbara Grinder and Brandi Sorzano, respectively.
    Medical Air and Gas Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Medical Readiness Contracting Office–East (MRCO-E), is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for medical air and gas services at the Womack Army Medical Center in Fort Liberty, North Carolina. The contract will cover the supply, rental, filling, and maintenance of bulk medical oxygen and assorted gas cylinders, with a performance period from October 1, 2024, to September 30, 2029. These services are critical for ensuring reliable access to medical gases necessary for military healthcare operations, emphasizing compliance with federal regulations and safety standards. Interested vendors should contact Victoria Manigault at victoria.g.manigault.civ@health.mil for further details, as the solicitation number will be W91YTZ24Q0131, with a competitive unrestricted requirement anticipated.
    68--THIS IS A PRE-SOLICITATION NOTICE ONLY For Argon and tank rental
    Active
    Dept Of Defense
    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.