Nitrogen & Helium BPA
ID: FA469025Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4690 28 CONS PKCELLSWORTH AFB, SD, 57706-4947, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

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.

Files
Title
Posted
Apr 4, 2025, 10:04 PM UTC
The memorandum from the 28th Contracting Squadron at Ellsworth Air Force Base outlines modifications to solicitation FA469025Q0006 for Nitrogen & Helium Gas Bottles BPA. It adds clauses 52.212-4 and 52.212-5, which pertain to contract terms for commercial products and services, while removing clause 52.217-2 related to cancellations under multi-year contracts. Additionally, the deadline for receiving responses has been extended from March 24, 2025, to April 11, 2025, at 3 P.M. MDT. The contact for questions regarding these changes is SSgt Mitchell Bryk. This memorandum documents essential contractual adjustments relevant to federal procurement processes, ensuring compliance with government regulations and facilitating vendor participation in the bid process.
Apr 4, 2025, 10:04 PM UTC
The Statement of Work (SOW) outlines the requirements for providing helium and nitrogen gas bottles to Ellsworth Air Force Base to support the Cold Spray Process. The contractor is responsible for delivering four 12 packs of industrial-grade helium and nitrogen cylinders to Building 7502 upon request from the Maintenance Group Project Manager. The delivery must occur within one business day of notification, and the contractor must ensure proper setup and connection of the gas lines. Security measures include background checks for contractor personnel, compliance with safety guidelines, and incident reporting protocols. The government will provide a forklift for gas bottle handling, while the contractor must manage transportation of the materials and disposal of any hazardous waste according to regulations. The work is to be performed during regular operating hours, with flexibility upon prior approval. Overall, the SOW emphasizes the importance of safety, security, and regulatory compliance in managing the supply and delivery of helium and nitrogen for military operations, reflecting the structured nature of government contracts and the necessity for logistical coordination in federal projects.
Apr 4, 2025, 10:04 PM UTC
The document FA469025Q0006 outlines federal acquisition guidelines, specifically detailing various clauses related to government contracts and procurement. It integrates numerous requirements, ranging from compensation regulations for former Department of Defense (DoD) officials to stipulations concerning telecommunications and supplier performance risk systems. The file emphasizes obligations regarding unique item identification, procurement restrictions pertaining to foreign powers (such as entities associated with the Maduro regime and the Xinjiang Uyghur Autonomous Region), and mandates electronic submission of payment requests. Additionally, the document calls for compliance with provisions aimed at preventing human trafficking, promoting fair labor standards, and ensuring that contracts foster small business participation. It further addresses environmental considerations, including prohibitions on hazardous materials like hexavalent chromium and outlines reporting requirements for contract fulfillment. Ultimately, the purpose of this document is to ensure that contractors observe legal, ethical, and environmental standards while conducting business with the federal government, reflecting the government's commitment to transparency, accountability, and proper management of public resources.
Mar 20, 2025, 9:08 PM UTC
The document FA469025Q0006 outlines federal government clauses incorporated by reference and provides detailed requirements for contract compliance, particularly regarding unique item identification and valuation. It specifies clauses covering compliance issues such as the prohibition of certain telecommunications equipment, whistleblower rights, and unique identification for Department of Defense (DoD) items. Authorities like the Federal Acquisition Regulation and specific DoD regulations dictate these requirements. The core focus is on ensuring that items delivered under federal contracts are uniquely identified for traceability, particularly concerning their acquisition cost thresholds. Detailed definitions, operational procedures, and reporting requirements for unique identification are included, emphasizing the need for contractors to utilize appropriate marking technologies and reporting methods. By including these clauses, the document aims to ensure compliance, security, and proper management of resources in federal contracting, particularly in light of current regulations and standards. These provisions are crucial for maintaining operational integrity and accountability in government procurement activities.
Apr 4, 2025, 10:04 PM UTC
The Department of the Air Force, specifically the 28th Contracting Squadron at Ellsworth Air Force Base, has issued a Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA) involving the supply and rental of nitrogen and helium gas bottles. The solicitation (FA469025Q0006) is set aside for small businesses, following the Industrial Gas Manufacturing NAICS code (325120), with the response deadline of March 20, 2025. Contractors are asked to provide price quotes for several Contract Line Item Numbers (CLINs) related to different gas cylinder types and their rental fees. Responses must comply with Federal Acquisition Regulations and include salient characteristics of offered products. Evaluations will prioritize price and adherence to the solicitation’s specifications. The quotes must be submitted via email to designated Air Force personnel, with strict adherence to the stated deadlines. Notably, all bidding firms must be registered in the System for Award Management (SAM) to be considered for the contract. This solicitation underscores the government’s initiative to procure critical industrial gases while supporting small business participation in the federal procurement process.
Apr 4, 2025, 10:04 PM UTC
The memorandum from the 28th Contracting Squadron at Ellsworth Air Force Base addresses additional questions and comments regarding the solicitation for Nitrogen & Helium Gas Bottles BPA (FA469025Q0006). It confirms that Airgas USA LLC is the current supplier and notes that there have been no performance issues with previous contracts; the solicitation is being renewed due to the nearing expiration of the existing contract. The document explains the concept of a Unique Item Identifier (UII) as a tracking tool used by the government, but states that it is not applicable for this requirement and should be left blank. The response deadline has been extended from March 20 to March 24, 2025. For further inquiries, contact details for two Air Force representatives are provided. The memorandum serves to clarify aspects of the solicitation process and ensure potential bidders are adequately informed.
Lifecycle
Title
Type
Nitrogen & Helium BPA
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Helium Recovery and Liquid Helium Generation System
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for a Helium Recovery and Liquid Helium Generation System under RFQ FA910125QB026, aimed at enhancing helium resource management at Arnold Air Force Base in Tennessee. The procurement seeks a comprehensive system that includes components such as inflatable recovery bladders, compressors, storage cylinders, and a liquefaction method to efficiently recover and liquefy gaseous helium. This system is critical for minimizing helium loss and supporting various scientific and engineering applications at the facility. Interested vendors must submit their quotes by April 21, 2025, and ensure compliance with Federal Acquisition Regulation (FAR) provisions, with evaluation based on the Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Andrew Waggoner at andrew.waggoner.3@us.af.mil or Erica Anglin at erica.anglin@us.af.mil.
BPA - GASES: COMPRESSED AND LIQUEFIED PSC 68--
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for the procurement of compressed and liquefied gases, including argon, nitrogen, helium, oxygen, and others. The objective is to secure standard commercial supplies and services at competitive prices, with a focus on small businesses as this opportunity is set aside for total small business participation. These gases are critical for various defense applications, and the BPAs will facilitate timely access to these essential materials while ensuring quality and reliability through a structured evaluation of past performance. Interested vendors must submit their documentation and references by April 30 for June awards or by October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
RFI, Gaseous Helium (GHH), Hill Air Force Base, Utah
Buyer not available
The Defense Logistics Agency (DLA) Energy Aerospace is issuing a Request for Information (RFI) for the procurement of Gaseous Helium (GHH) at Hill Air Force Base, Utah. This RFI aims to identify potential suppliers capable of providing the necessary production facilities, raw materials, and labor to manufacture GHH in accordance with the specifications outlined in MIL-PRF-27407E. The anticipated period of performance for this requirement is 60 months, starting in January 2026, although no specific quantity requirements are currently available. Interested organizations must submit a capability statement by 3 PM CT on April 18, 2025, detailing their compliance with the specifications, testing capabilities, willingness for government inspections, and registration status in the System for Award Management (SAM). For further inquiries, contact Matthew Simkovsky at matthew.simkovsky@dla.mil or Leno Smith at leno.smith@dla.mil.
BPA Compressed Gas Cylinders
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Grounds, is seeking small businesses to provide various compressed gases for the Tobyhanna Army Depot (TYAD) under a Blanket Purchase Agreement (BPA). The contractor will be responsible for supplying and delivering gases such as chlorine, oxygen, argon, nitrogen, and acetylene, adhering to a weekly delivery schedule and exchanging full cylinders for empty ones. This procurement is crucial for maintaining the operational capabilities of TYAD, with a total award limit of $250,000 over a five-year period. Interested small businesses should submit their capabilities and relevant information to Forrest Green at forrest.l.green8.civ@army.mil by the specified deadline, noting that responses will be treated confidentially.
Gaseous Helium (GHe) for Navy Diving Unit, Panama City, FL
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking sources for the provision of Gaseous Helium (GHe) to the U.S. Navy Experimental Diving Unit located in Panama City, Florida. The procurement involves delivering Gaseous Helium conforming to specific military specifications, along with ancillary services such as cascading of trailers for efficient gas transfer. This requirement is critical for supporting Navy diving operations and is anticipated to span five years, from February 1, 2026, to January 31, 2031, with an estimated total quantity of 1,500,000 cubic feet of GHe. Interested vendors must submit their capability statements by April 23, 2025, to the designated contacts, Leno Smith and Sarah Ramseur, at the provided email addresses.
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.
Creech AFB & Nevada Test and Training Range Propane IDIQ
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for a contract to provide propane delivery services at Creech Air Force Base (AFB) and the Nevada Test and Training Range (NTTR). The contractor will be responsible for delivering approximately 350,000 gallons of propane to Creech AFB and 11,500 gallons to NTTR, ensuring continuous operation of heating and hot water systems, with urgent delivery capabilities within 24 hours. This procurement is crucial for maintaining operational readiness and compliance with safety regulations, as it involves managing government-owned propane tanks and adhering to federal standards. Interested small businesses must submit their quotes by April 11, 2025, with questions due by March 21, 2025, and can contact TSgt Kaitlin C Hassman at kaitlin.hassman@us.af.mil for further information.
81--CYLINDER,COMPRESSED
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 30 units of compressed cylinders, identified by NSN 8120017159545. This solicitation is a total small business set-aside, aimed at sourcing metal tank manufacturing services, which are crucial for various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for submissions is 171 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
Bulk Liquid Nitrogen
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting bids for the supply and delivery of bulk liquid nitrogen (LN2), totaling 200,000 gallons over one base year and three option years. This procurement aims to fulfill the operational needs of the naval facility, ensuring a reliable supply of LN2 for various applications. Interested vendors must adhere to specific delivery schedules, safety regulations, and compliance with federal acquisition standards, including the requirement for U.S. citizenship for personnel involved in the delivery process. Proposals must be submitted electronically to Kaci Campbell at kaci.j.campbell.civ@us.navy.mil by the specified deadline, with further details available in the attached solicitation documents.
laser for refractive surgery gases
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source Firm-Fixed-Price contract to AIRGAS USA LLC for the provision of HELIUM CHROM 80 CGA 580; LZ 35.61% VISX/HE 80 along with cylinder rental. This procurement is critical for the operations of the Naval Medical Center Portsmouth, as AIRGAS USA LLC is identified as the only supplier capable of fulfilling this unique requirement. The contract will cover a base year from April 27, 2025, to April 26, 2026, with two optional extension years available. Interested parties are encouraged to demonstrate that competitive procurement would be beneficial without significant cost or time implications, and inquiries should be directed to Contract Specialist Kimberly Bunn at kimberly.p.bunn.civ@health.mil, referencing “Notice of Intent Submission 12219869.”