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
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the supply and delivery of Aviator's Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) to military locations in Djibouti, Kuwait, and Qatar. Contractors are required to provide all necessary materials, equipment, and labor to ensure compliance with military specifications, including the provision of Certificates of Analysis for each delivery and adherence to strict safety and quality standards. This procurement is critical for maintaining operational readiness and safety at these military installations, ensuring that essential resources are available for U.S. military missions. Interested contractors must submit their proposals by May 14, 2025, with inquiries directed to Jessica Negron at jessica.negron@dla.mil or by phone at 210-780-4964.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    The Defense Logistics Agency Energy (DLA Energy) has outlined a Statement of Objectives for the delivery of Aviator's Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) across various military locations: Camp Lemonnier in Djibouti, Ali Al Salem Air Base in Kuwait, and Al Udeid Air Base in Qatar. The contractor is responsible for providing all necessary materials, equipment, and labor for the delivery of these products to specified government-owned and contractor-provided tanks. Key product specifications dictate that ABO must meet MIL-PRF-27210J requirements, and for both ABO and LN2, Certificates of Analysis must accompany deliveries. Periodic inspections are required every 60 days, and delivery timelines vary, with standard and emergency orders outlined. The contractor must also install and maintain tanks, ensure quality, and adhere to stringent security requirements for personnel and vehicles, noting specific operational protocols for evacuation and purging of tanks. The document serves as a crucial guideline for contractors responding to this Request for Proposal (RFP), ensuring effective compliance with military logistics and safety standards during the procurement process, essential for support in military operations.
    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.
    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.
    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.
    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 Schedule of Supplies Pricing related to a federal contract for the provision of essential materials and services at military sites including Camp Lemonnier in Djibouti, Ali Al Salem Air Base in Kuwait, and Al Udeid Air Base in Qatar. Key items include Aviator's Breathing Oxygen, evacuation and purge containers, installation and removal of equipment, and various fees (e.g., tank usage, expedited delivery). The contract spans five years from August 1, 2025, to July 31, 2030, with quantities detailed for each year, although all prices are currently listed as $0.00 pending final offers. The document emphasizes the structure of the Request for Proposal (RFP) process, primarily focusing on the pricing and quantities of specific goods and services that will support military operations. This pricing schedule serves as an essential component in evaluating vendor proposals, ensuring compliance with federal procurement standards. The mention of pre-production samples indicates a requirement for testing and quality assurance prior to final procurement. Overall, the document underscores the government's commitment to maintaining operational readiness and safety at these critical military installations while adhering to federal procurement protocols.
    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.
    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.
    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.
    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.
    The government document SPE601-25-R-0308 outlines the requirements for an indefinite quantity contract for purchasing supplies and services related to aerospace energy. It specifies that the contract will involve requirements-type and F.O.B. destination deliveries, where the government can order variable quantities of items as needed. Conditions related to shipping, packaging, quality control, and performance obligations are detailed. The contractor is responsible for ensuring that all hazardous materials comply with federal regulations throughout the transportation and packaging process. Additionally, contractors must register with the DLA Internet Bid Board System (DIBBS) and maintain an active System for Award Management (SAM) account. Key procedures cover order transmission, delivery performance, and regular communication regarding delivery schedules or delays. The contract emphasizes submitting detailed technical proposals along with pricing and past performance information. The document demonstrates the federal government's structured approach to awarding contracts through specified guidelines, ensuring compliance with safety and regulatory standards while fostering competition among contractors to meet aerospace energy supply needs.
    The document addresses various federal and state requests for proposals (RFPs) and grants focused on enhancing governmental funding and operational capacity. It emphasizes the importance of transparency in the bidding process, detailing qualifications required from applicants, including organizational experience, project management capabilities, and compliance with regulatory requirements. Key criteria for assessments include the applicant's track record in financial management, collaboration with local governments, and the ability to deliver impactful results. The document highlights funding priorities aimed at social services, infrastructure improvements, and community engagement initiatives. Moreover, it outlines the application process, including submission deadlines and evaluation procedures, while encouraging diverse applicants to ensure equitable opportunities. Overall, this file serves as a comprehensive guide for entities seeking government contracts, fostering effective partnerships for public service enhancements.
    The document appears to encompass a federal government Request for Proposals (RFP) or grant application related to various projects at local and state levels. The primary focus is on addressing significant health and safety issues, especially concerning hazardous materials and infrastructure needs in community facilities. The document outlines specific procedures for conducting assessments, remediating identified hazards, and ensuring compliance with safety regulations during construction or modification projects. Key aspects include the requirement for thorough inspections to identify hazardous materials like asbestos and lead, the necessity of implementing adequate safety measures, and adherence to regulatory frameworks. The emphasis is on fostering community safety and enhancing facility functionality to meet current standards. This initiative underscores the government’s commitment to facilitating projects that mitigate health risks and promote modernized infrastructure in public spaces. It aligns with broader objectives to secure funding for essential improvements in various localities, reflecting proactive governance focused on public welfare and safety.
    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.
    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.
    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
    Similar Opportunities
    Synopsis for Various U.S. Midwest Region Location Part 1
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for various aerospace energy products and related services, specifically targeting locations in the U.S. Midwest Region. The procurement includes essential items such as Aviator Breathing Oxygen, Liquid Argon, and Nitrogen Propellant Pressurizing Agent, among others, to support military operations at multiple bases including White Sands Missile Range and Altus Air Force Base. This requirement is critical for ensuring the availability of specialized gases necessary for aerospace applications, with a contract period set from July 1, 2026, to June 30, 2031. Interested suppliers should note that the solicitation is expected to be released around December 29, 2025, and can direct inquiries to Matthew Simkovsky or Leno Smith via their provided email addresses.
    FD2030-25-01726
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a special notice for the procurement of a liquid oxygen tank, identified by NSN 1660-00-322-0847BO. The requirement includes the provision of a tank as per the top drawing 10C-0020-0013, with the latest revision dated May 20, 2022. This equipment is critical for aircraft operations, ensuring the proper storage and management of liquid oxygen, which is essential for various aviation applications. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
    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.
    Oxygen System, Eject
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of an Oxygen System, Eject, identified by National Stock Number (NSN) 1660-01-534-4498. This solicitation aims to acquire components classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, specifically focusing on aircraft air conditioning, heating, and pressurizing equipment. The successful contractor will play a crucial role in ensuring the operational readiness and safety of military aircraft by providing essential oxygen systems. Interested vendors should direct inquiries to Kristian Hollingshead at kristian.hollingshead.1@us.af.mil for further details regarding the solicitation process.
    16--OXYGEN CONCENTRATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting bids for the procurement of oxygen concentrators, classified under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The contract requires the delivery of 8 units within 180 days after receipt of order, emphasizing the critical nature of this item as it is designated a Critical Safety Item (CSI). These oxygen concentrators are essential for various defense operations, ensuring the availability of vital medical equipment. Interested vendors should direct inquiries to Sara Pagan-Ramos at 267-660-7481 or via email at SARA.PAGAN-RAMOS@DLA.MIL, with proposals expected to adhere to the outlined specifications and quality requirements.
    FD2030-26-00238
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a Special Notice for the procurement of a Converter, Liquid Oxygen, identified by NSN 1660-00-810-6854BO. This procurement is crucial for maintaining aircraft air conditioning, heating, and pressurizing systems, as indicated by the associated PSC code 1660. The top drawing for this item is M25666/5, with an EDL revision date of September 29, 2025. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    CONNECTOR, OXYGEN, MASK
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract for the procurement of a Connector, Oxygen, Mask, under solicitation number SPE4A7-26-R-0072. This contract will cover five one-year base periods with an estimated quantity of 7,400 units per year, as this item is classified as a Navy Critical Safety Item and a Life Support Item. The procurement is exclusively set aside for small businesses, and offers from larger entities will not be considered; no specification plans or drawings will be provided by the government. Interested parties should note that the solicitation will be available on DLA DIBBS starting November 25, 2025, and can contact Juline Tenorio at 445-737-1904 or via email at JULINE.TENORIO@DLA.MIL for further information.
    Various air gases
    Buyer not available
    The Department of Defense, through the Naval Special Warfare Command (NSWC), is conducting market research to identify potential vendors capable of supplying various air gases in Virginia Beach, Virginia. The procurement includes the refilling and maintenance of specific compressed gases, such as Aviator’s Breathing Oxygen, Helium Oxygen Mix, and Nitrogen, which are essential for military operations and must meet stringent military and commercial specifications. Interested vendors are required to submit a capabilities statement detailing their experience, certifications, logistics plans, and compliance with regulatory requirements by 10:00 ET on November 13, 2025. For further inquiries, vendors can contact Emily Lonigro at emily.lonigro@socom.mil or by phone at 619-415-9286.
    49--RESERVOIR,OIL,AIRLI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of oil reservoirs, specifically NSN 4930014222285, with a requirement for nine units to be delivered to DLA Distribution within 242 days after order. This procurement is critical for maintaining operational readiness and support for military equipment, as these components are essential for the proper functioning of various machinery. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    FD2030-25-00964
    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 regulator, specifically NSN 1660-01-407-8856BO. The requirement includes the provision of the specified item, which is critical for aircraft air conditioning, heating, and pressurizing systems, ensuring operational safety and efficiency in aviation environments. The procurement is based on the top drawing number 29270-10A-B2, with an EDL revision date of December 2, 2023. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.