Solicitation SPE601-25-R-0308 ABO & LN2 Various Locations Middle East Region
ID: SPE60125R0308Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA ENERGY AEROSPACE ENRGY-DLAE-MJBSA LACKLAND, TX, 78236, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)
Timeline
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 25, 2025, 12:00 AM UTC
  3. 3
    Due Mar 17, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the supply of Aviator’s Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) at military installations in Djibouti, Kuwait, and Qatar. Contractors are required to deliver these gases in compliance with military specifications, including providing Certificates of Analysis for each delivery, and must ensure timely installation and maintenance of storage tanks at the designated locations. This procurement is critical for supporting military operations, ensuring that personnel have access to essential breathing gases under stringent safety and quality standards. Interested contractors should contact Matthew Simkovsky at matthew.simkovsky@dla.mil or Jessica Negron at jessica.negron@dla.mil, with proposals due by March 17, 2025, at 3:00 PM Central Standard Time.

Point(s) of Contact
Files
Title
Posted
Feb 25, 2025, 3:06 PM UTC
The Defense Logistics Agency Energy (DLA Energy) requires a Contractor to supply Aviator’s Breathing Oxygen (ABO) to Ali Al Salem Air Base, Kuwait. The Contractor must deliver ABO in accordance with MIL-PRF-27210J standards, including providing Certificates of Analysis (COA) for each delivery. Deliveries should take place within 7 calendar days (3 for emergencies), facilitated by Contractor-provided storage tanks, compliant with specified pressure and safety standards. Installation and maintenance of tanks must be completed within 30 days of contract initiation, including all necessary equipment to ensure safe operation. The document outlines procedures for evacuation, purging, over-pressure protection adherence, and the responsibilities for both initial filling and ongoing repairs. Method of measurement utilizes a truck-mounted calibrated flow meter, with inspections occurring both at origin and destination. Security protocols dictate that all personnel must obtain access badges and comply with local regulations for delivery. The overarching goal of this RFP is to secure a reliable supply of ABO while ensuring the safe installation and operation of necessary delivery and storage equipment at a critical military location, adhering to all safety and regulatory requirements.
Feb 25, 2025, 3:06 PM UTC
The Defense Logistics Agency Energy (DLA Energy) is soliciting contractors for the delivery of Aviator’s Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) at military installations in Djibouti, Kuwait, and Qatar. Contractors must provide all necessary materials, management, and delivery services to designated tanks on-site. Products must meet specific military specifications and come with a Certificate of Analysis. Delivery timelines vary by location, with standard delivery within 7 to 30 days and expedited options requiring shorter response times. Security measures are stringent, necessitating escort for delivery personnel and specific identification badges. Installation and maintenance of tanks must be completed within defined periods, with protocols for evacuation, purging, and potential "Hot Fill" services also outlined. The document highlights the critical need for reliable energy resources in military operations and emphasizes strict compliance with safety, quality, and security requirements in contractor operations. Overall, the RFP focuses on enhancing logistical support for aerospace energy products, ensuring operational efficiency and readiness for U.S. military missions.
Feb 25, 2025, 3:06 PM UTC
The document pertains to the Defense Logistics Agency Energy, providing guidelines for accessing defense specifications and standards through the Acquisition Streamlining and Standardization Information System (ASSIST) database. It directs users to navigate ASSIST to find necessary military and federal documents, including specifications and qualified product lists, available at www.assist.dla.mil. ASSIST serves as the official repository for Defense Standardization Program documents, ensuring users can obtain the most current information. The document outlines a step-by-step guide on using the ASSIST database effectively, detailing how to search for documents and view qualified product information. Stakeholders can set up profiles for automatic alerts on changes to documents of interest. This resource supports federal procurement processes by facilitating access to key specifications and standards crucial for compliance and quality in defense-related projects.
Feb 25, 2025, 3:06 PM UTC
The Contractor Performance Data Sheet is a form that requires submissions of information regarding government and non-government contracts relating to a specific solicitation (SPE601-25-R-0308). Contractors are asked to provide details about relevant contracts held within the past two years, as well as ongoing contracts that have at least one year of performance history. If a contractor has not engaged in similar contracts, they must check a designated box. The data requested includes the company name, contact details, product supplied, quantity, delivery method, place and period of performance, and whether a subcontracting plan is in place. This document serves as a tool for assessing contractor capabilities and performance in relevant contracting areas for government procurement purposes, ensuring that the submissions reflect the contractor's experience and compliance with contract requirements. It highlights the necessity of demonstrating proven performance in related projects to qualify for federal or local government contracts.
Feb 25, 2025, 3:06 PM UTC
The document outlines a pricing schedule related to federal procurement for the supply and installation of aviator breathing oxygen and associated services at military locations in Djibouti, Kuwait, and Qatar. It includes specific Contract Line Item Numbers (CLINs) and National Stock Numbers (NSNs) for various supplies and services over a five-year contract term, starting from August 2025 to July 2030. Key items listed include the quantity and unit of issue for oxygen, evacuation and purge containers, installation and removal of equipment, expedited delivery, and detention fees. Notably, the total offer prices for all items are marked as $0.00, indicating that the unit prices are to be entered in designated fields. The document's structure is clear, detailing product descriptions chronologically by year and location, using a systematic layout for easy reference. The primary purpose is to solicit bids from potential contractors to fulfill these supply needs, ensuring that military operations have the necessary resources in designated overseas bases while adhering to government procurement processes.
Feb 25, 2025, 3:06 PM UTC
The document outlines the supply pricing schedule for various items necessary for operations at military bases, specifically Camp Lemonnier in Djibouti, Ali Al Salem AB in Kuwait, and Al Udeid AB in Qatar. The primary focus is on the provision of "Aviator's Breathing Oxygen," with quantities specified for each year from 2025 to 2030, highlighting the need for consistent supply over this period. Additional items include evacuation and purge containers, installation and removal of equipment, emergency delivery services, and detention fees, all with specifications of quantities but listed with zero total offer prices. The structured pricing schedule includes various Contract Line Item Numbers (CLINs) for easy reference. The document emphasizes the importance of unit prices to be filled out correctly, indicating adherence to federal procurement processes. Overall, this file serves as a request for pricing from potential suppliers in compliance with government contracting requirements for military operations.
The document outlines a pricing schedule for supplies and services related to aviation breathing oxygen and various associated fees required for multiple military bases, including Camp Lemonier in Djibouti, Ali Al Salem Air Base in Kuwait, and Al Udeid Air Base in Qatar. The schedule details various Contract Line Item Numbers (CLIN) associated with the procurement of oxygen and other necessary equipment over a five-year period, starting from August 2025 and running until July 2030. Each CLIN specifies quantities, units of issue, and a placeholder for the unit price, which is currently noted as $0.00, indicating that offers must be made in the highlighted fields. This document serves as a part of the Request for Proposal (RFP) process for supplying these critical materials, ensuring that the military bases have the necessary resources for operational readiness and safety. The clarity of the pricing structure and defined timeline suggests an organized approach to procurement within the guidelines set by federal and state regulations.
Feb 25, 2025, 3:06 PM UTC
The Transport Equipment Delay Certificate serves as an official document for reporting delays during the transportation of goods. It requires detailed information from both the consignor and consignee, including product details, carrier information, trailer numbers, and dates pertaining to the shipping process. The form specifically records loading and unloading times, along with reasons for any delays, categorized by responsibility—whether due to the carrier's or consignee's actions. A certification statement is included, requiring signatures from the consignee, shipper, and driver to attest to the accuracy of the information provided. Additionally, it emphasizes that this certificate must accompany each detention invoice, which is vital for documentation and payment certification purposes. This form is part of regulatory compliance within transportation sectors influenced by federal requirements and can be relevant in the context of federal grants and RFPs that manage logistics and supply chain operations.
The document MIL-PRF-27210J outlines the performance specifications for aviator's breathing oxygen, both in gas (Type I) and liquid (Type II) forms, intended for military aircraft use. It details classification, purity standards, and impurity limitations, mandating a minimum of 99.5% oxygen content. The document specifies various tests and inspections required for quality assurance, including odor, moisture levels, and inspection of gas cylinders for leakage and filling pressure compliance. It mandates that first article inspections are performed prior to initial deliveries and periodic inspections every 60 days. Essential safety and handling requirements are also addressed, including packaging guidelines to ensure oxygen is delivered appropriately. Additionally, the doc outlines the responsibilities of various government agencies and the importance of using reclaimed materials in production. The intended outcome is to ensure that the oxygen provided for military operations meets strict safety and performance standards while detailing the obligations of contractors and inspectors in maintaining quality assurance.
The document outlines the Commercial Item Description (CID) for Technical Nitrogen, applicable to federal agencies. It specifies two nitrogen types: gaseous and liquid, with procurement guidelines detailing their primary uses, including cooling, purging, and pressurizing systems. Technical nitrogen is classified into grades based on nitrogen purity, with oil-free and oil-tolerant distinctions for gaseous nitrogen, based on application suitability. Salient characteristics, such as nitrogen content thresholds, odor specifications, and particulate matter limits, are established. Regulatory compliance, including the use of recovered materials, safety data sheets, and hazard warning labels, is emphasized. Additionally, product conformance, market acceptance, and packaging requirements are addressed, with clear guidelines for ordering and handling nitrogen. The summary concludes that the document serves to standardize the procurement and quality assurance of technical nitrogen in governmental applications, highlighting critical safety and efficiency considerations for usage.
Feb 25, 2025, 3:06 PM UTC
The document outlines a Request for Proposals (RFP) for an indefinite quantity contract associated with the purchase of aerospace energy supplies and services through the Defense Logistics Agency (DLA) Energy. Key components include a requirements-type contract, detailing terms such as F.O.B. Destination delivery, compliance with hazardous material regulations, and packaging requirements. Suppliers must ensure a secure delivery process, utilize tamper-indicating devices, and adhere to stringent quality control measures. Additionally, the contract covers pricing structures, stipulating fixed unit prices and the conditions for adjusting prices due to economic factors. The evaluation criteria for proposals focus on the technical capability and past performance of bidders, with an emphasis on ensuring reliable supply and compliance with safety standards. Successful bids will be awarded based on the lowest evaluated prices for required services and products, reinforcing the government's commitment to effective procurement and safety protocols during the acquisition process. Overall, the document serves as a comprehensive guide for potential contractors aiming to engage with the DLA Energy's needs for aerospace energy supplies.
Feb 25, 2025, 3:06 PM UTC
The document outlines the requirements and conditions for an indefinite quantity contract, specifically for purchasing supplies under the Defense Logistics Agency (DLA) Energy, focusing on aerospace energy products. This contract allows the government to order supplies as needed, with estimates provided for clarity, along with provisions for variations in quantities and fixed unit prices throughout the contract term. The document emphasizes the necessity for compliance with multiple regulations regarding hazardous materials, packaging, and delivery methods, mandating inspections and certifications for shipments. Key sections address delivery terms, including F.O.B. destination policies and the importance of tamper-evident seals for securing shipments. It also stipulates requirements for contractor registration, communication protocols, and vehicle compliance standards for transportation of hazardous materials. The proposal submission process is detailed, including the necessity for electronic submissions and adherence to specific guidelines for technical proposals and past performance documentation. Evaluations will be based on price and technical capability, ensuring offers meet governmental standards. This document serves as a crucial guideline for contractors seeking to fulfill government procurement needs related to aerospace energy products, ensuring adherence to safety and regulatory standards throughout the contractual process.
Feb 25, 2025, 3:06 PM UTC
The document is an amendment to a federal government solicitation (SPE60125R0308) aimed at updating contractors on changes regarding the solicitations and contract terms. It specifically addresses contractor inquiries, stating that requirements for Al Dhafra Air Base (UAE) have been retracted. Key modifications include updates to the pricing worksheet by removing certain pre-production samples, while introducing new line items for equipment installation and evacuation. Additionally, the amendment confirms that the proposal submission deadline remains unchanged, set for March 17, 2025, at 3:00 PM Central Standard Time. The amended documents, including updated Attachments D and H, are referenced for offerors to review. All other terms of the original solicitation remain in effect. This amendment ensures clarity and compliance in the contracting process, reflecting typical procedures in government contracting and grant sourcing.
Feb 25, 2025, 3:06 PM UTC
The document pertains to various Federal and State RFPs (Request for Proposals) and grants, indicating their structured and procedural nature for funding opportunities. It outlines eligibility criteria that organizations must meet to participate in the bidding process, including parameters on project scope and compliance with federal, state, or local regulations. Key ideas involve the importance of demonstrating capability and experience in project execution, submission of detailed project proposals, adherence to deadlines, and transparent budgeting. Additionally, it covers specific sectors eligible for funding, such as infrastructure improvements, public services enhancement, and environmental sustainability efforts. Supporting details include guidelines for proposal submissions, including formatting requirements, necessary documentation, and evaluation criteria that assess the proposals’ potential social impact and community benefits. This document illustrates the government’s commitment to facilitating effective use of public funds, encouraging strategic partnerships, and enhancing community development through well-defined funding initiatives.
Feb 25, 2025, 3:06 PM UTC
The document is a fragmented representation of various government-related files, including references to federal grants and state or local Requests for Proposals (RFPs). The main purpose appears to be providing information relevant to procurement processes, contracts, and grants at multiple government levels. Key ideas include the emphasis on compliance with standards, efficient management of objectives, and engagement in partnerships to maximize resource-use effectiveness. It appears that various agencies are seeking proposals for projects that require thorough planning and adherence to specific regulations. The structure suggests a focus on solicitation notices, highlighting the need for vendor participation to achieve desired outcomes in community or organizational settings. Notably, the document underscores the importance of collaboration among government entities and stakeholders to optimize service delivery and project execution while maintaining transparency and accountability in handling government funds. This context positions the document within the framework of facilitating government operations through proper sourcing and management strategies.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Medical Gas Cylinders
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking suppliers for a Firm Fixed Price Requirements contract to procure three types of medical gas cylinders, specifically Oxygen USP Size D, Oxygen USP Size H, and Nitrous Oxide 250 gal, for the period of 2025 to 2030. The contract will consist of one base year and four option years, with annual estimated quantities of 6,000 units for Size D Oxygen, 500 units for Size H Oxygen, and 100 units for Nitrous Oxide. These medical gas cylinders are essential for healthcare applications and must comply with FDA regulations, with delivery to the Defense Distribution Depot in Tracy, California, expected within 120 days of order. Interested parties can contact Amber Way at amber.way@dla.mil or (445) 737-7529 for further details, with the anticipated solicitation date set for April 30, 2025.
16--OXYGEN CONCENTRATOR
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of oxygen concentrators as part of a foreign military sales requirement. This opportunity is classified as a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating Government Source Approval prior to award. The procurement is critical for maintaining operational readiness and support for military operations, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure to be considered. Proposals must remain valid for a minimum of 120 days following submission, and inquiries can be directed to Kristin Clemens at kristin.clemens@navy.mil or by phone at 215-697-3814.
16--BOTTLE OXYGEN,AIRCR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of bottle oxygen for aircraft applications. This opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and involves the supply of miscellaneous aircraft accessories and components. The procurement is critical for maintaining operational readiness and safety in military aviation, emphasizing the importance of sourcing from government-approved suppliers. Interested vendors must ensure they are recognized sources and submit their proposals along with any required documentation to the primary contact, Rachel Raucheisen, at 215-737-7063 or via email at RACHEL.RAUCHEISEN@DLA.MIL.
REGULATOR, OXYGEN, DEMAND
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking suppliers for the procurement of oxygen regulators, specifically the NSN: 1660-01-407-8856 BO, under solicitation SPRTA1-25-Q-0127. The request for quotation (RFQ) outlines the need for varying quantities of these regulators, with delivery deadlines specified for orders of 3, 1, and 5 units, emphasizing compliance with quality assurance standards such as ISO 9001-2015. These oxygen regulators are critical for military applications, highlighting the importance of maintaining stringent quality, safety, and regulatory standards to ensure military readiness. Interested suppliers must submit their quotes by April 28, 2025, and can contact Kristian Hollingshead at kristian.hollingshead.1@us.af.mil for further information.
Next-Generation Portable Therapeutic Liquid Oxygen (NPTLOX) Maintenance & Repair - Sources Sought
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought announcement to gather information on potential contractors for the maintenance and repair of the Next-Generation Portable Therapeutic Liquid Oxygen (NPTLOX) systems. The procurement aims to ensure the operational readiness of over 750 NPTLOX units, which are critical for providing supplemental oxygen in medical contexts, particularly during rapid response deployments. Interested parties are invited to respond with their qualifications and capabilities, as the information will assist the government in developing an acquisition strategy; responses are due by April 25, 2025, to Meredith Parker at meredith.parker@us.af.mil and SrA Liel Stroupe at liel.stroupe@us.af.mil. This RFI is not a commitment to award a contract, and the previous contract for similar services was valued at $9.4 million.
CYLINDER, TANK, HYDRA
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of cylinder tanks for the A-10 Aircraft, specifically under the National Stock Number (NSN) 1650-010105057. This solicitation is for an Indefinite Quantity Contract with an estimated maximum order quantity of 52 units over a five-year period, requiring delivery within 305 days after receipt of order. The items are critical for aircraft hydraulic systems, emphasizing their importance in maintaining operational readiness. Interested vendors must submit their proposals in writing by fax and are encouraged to review the Request for Proposal (RFP) available on the DLA Internet Bid Board System, with the solicitation issue date set for April 22, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
Amendment 0001_SPE601-25-R-0311 Solicitation_OCONUS - UAE Gaseous Helium (GHe)
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the acquisition of Propellant Pressurizing Agent Helium (NSN: 9135-01-665-9490) to be delivered in the United Arab Emirates over a five-year period, from September 20, 2025, to September 19, 2030. The contract will be a Firm-Fixed Price Requirements type, with an estimated quantity of 243,000 cubic zens (CZ) of helium, and will utilize the Lowest Price Technically Acceptable Source Selection Process for award decisions. This procurement is crucial for supporting defense logistics and operational needs in the Middle East, emphasizing compliance with federal regulations and encouraging participation from small businesses, particularly those owned by veterans or women. Interested bidders must submit their technical and price proposals by April 11, 2025, and can direct inquiries to Tony Howard at tony.howard@dla.mil or Willard M Ramseur at willard.ramseur@dla.mil.
Nitrogen & Helium BPA
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified small businesses to provide helium and nitrogen gas bottles under a Blanket Purchase Agreement (BPA) for Ellsworth Air Force Base in South Dakota. The contractor will be responsible for delivering industrial-grade helium and nitrogen cylinders, ensuring timely delivery within one business day of notification, and adhering to safety and regulatory compliance measures. This procurement is critical for supporting military operations, particularly in the Cold Spray Process, and emphasizes the importance of small business participation in federal contracting. Interested vendors must submit their quotes by April 11, 2025, and can direct inquiries to Mitchell Bryk at mitchell.bryk@us.af.mil or Ross Duval at ross.duval@us.af.mil.
AST Analyzer
Buyer not available
The Department of Defense, specifically the U.S. Air Force's Petroleum Office (AFPET), is seeking proposals for an integrated sampling and analysis system for Aviator Breathing Oxygen (ABO) and Compressed Breathing Air (CBA). This procurement aims to ensure the quality testing of critical air supplies used in Air Force operations, necessitating a system that adheres to Department of Defense standards and ASTM practices for cleanliness, while also being portable and capable of accurately detecting contaminants. Interested vendors must submit their bids by May 6, 2025, and ensure compliance with the technical specifications outlined in the Statement of Work, with delivery expected within 120 days. For inquiries, contact Kareem Beckles at kareem.beckles.1@us.af.mil or Aziz Tetou at aziz.tetou@us.af.mil.
FD2030-25-00623
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of an Oxygen System, Eject, identified by NSN 1660-01-534-4498BO. The requirement includes the provision of parts related to aircraft air conditioning, heating, and pressurizing equipment, specifically referencing top drawing 1659879-1 and EDL revision dated October 5, 2021. This procurement is critical for maintaining operational readiness and safety in military aviation. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.