SPE60125R0309 ABO & LN2 NORTHEAST US REG 9.1A
ID: SPE60125R0309Type: 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 a Firm-Fixed Price Requirements contract to supply Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) for military operations across various locations in the United States. The contract, which spans from July 1, 2025, to June 30, 2030, requires contractors to deliver these essential aerospace energy products within specified timelines, including expedited deliveries for emergencies, while adhering to stringent military standards and specifications. The procurement is critical for ensuring the availability of these gases, which are vital for military aircraft operations and safety. Interested contractors must submit their proposals, including past performance data, by February 21, 2025, and can contact Carrie Harmon at carrie.harmon@dla.mil or Jessica Negron at jessica.negron@dla.mil for further information.

    Files
    Title
    Posted
    The Defense Logistics Agency (DLA) Aerospace Energy Business Unit requires the delivery of Aviator’s Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) to various military locations using customer-owned tanks. The main responsibility lies with the Contractor, who must provide all necessary materials, management, transportation, and labor to fulfill delivery requests. Each delivery must comply with the latest specifications, including the Department of Defense's standards. The required products must be delivered within seven calendar days after an order, with expedited emergency deliveries mandated within three days. Moreover, delivery must be done into specific government tanks with outlined capacities and safety regulations. Key procedures include measuring product quantities with calibrated flow meters, conducting inspections at delivery origins, and obtaining customer acceptance signatures for invoicing through the Wide Area Workflow system. Stringent security measures enforce that all delivery personnel must be U.S. citizens subject to background checks, supported by proper identification. Compliance with CGA P-59 standards for over-pressure protection during filling is crucial, and the Contractor may be called upon to implement corrective actions if deficiencies are found. This comprehensive framework is aimed at ensuring reliable and compliant delivery of key aerospace energy products that support military operations.
    The provided file appears to be a technical notice indicating an issue with the PDF viewer that prevents access to the document's content. As a result, no substantive information regarding federal government RFPs, grants, or state and local RFPs is available for analysis or summarization. Without access to the intended content, it is impossible to extract key topics, ideas, or details that might contribute to understanding the purpose of the document. This situation reflects a limitation in accessing necessary government documents digitally, highlighting the need for professional software solutions to ensure stakeholders can acquire critical information for decision-making in government contracting and funding processes. To yield a comprehensive summary, the relevant content must first be accessible for review.
    The document outlines requirements for submitting Contractor Performance Data for the solicitation identified as SPE601-25-R-0309. Contractors are requested to provide information on government and non-government contracts or subcontracts from the past two years that are similar in nature to the project's needs. It specifies that ongoing contracts must have at least one year of performance history. If a contractor does not have relevant experience, they are instructed to mark a designated checkbox. The data sheet requires essential details such as company name, point of contact, contact numbers, product supplied, quantity, method of delivery, place, and period of performance, as well as whether a subcontracting plan is included. This document emphasizes the necessity for past performance data in evaluating contractor qualifications for federal and local contracts, ensuring that interested parties demonstrate relevant experience.
    The MIL-PRF-27210J is a performance specification set by the Department of Defense for the procurement of aviator's breathing oxygen in both gaseous (Type I) and liquid (Type II) forms. This document outlines the necessary purity standards (minimum 99.5% oxygen), acceptable impurity levels, and stringent testing methods to be used during production. Key requirements include first article, periodic, and quality conformance inspections, which ensure that the oxygen meets safety and quality benchmarks before delivery. The specification includes details on packaging, labeling, and cylinder maintenance, as well as references for applicable governmental standards and testing practices. Additionally, it emphasizes the importance of using reclaimed materials and establishing rigorous quality control measures. The overall aim is to ensure the reliability and safety of oxygen used in military aircraft breathing systems, aligning with DOD compliance and regulations. The document also stipulates that variations and specific instructions must be detailed in acquisition documents to ensure proper oversight and adherence to the specifications throughout the procurement process.
    The document presents the MIL-PRF-27401H performance specification for nitrogen propellant pressurizing agents, approved for use by all Department of Defense agencies. It outlines requirements for three nitrogen grades (A, B, C) and two types (gaseous and liquid), detailing purity levels and permissible impurities for each grade. The specification stresses the importance of compliance in filling and delivering nitrogen in accordance with stringent quality control procedures, including sampling, testing, and verification methods. Key sections include the classification of nitrogen types and grades, requirements for inspections and maintenance of compressed gas cylinders, and the packaging and labeling standards. The document also provides analytical procedures for determining gas purity, emphasizing the importance of rigorous sampling to ensure conformance to specified standards. The intention behind this specification is to ensure safety and efficacy in NASA and Department of Defense applications, particularly for space vehicles and systems. As it supersedes an earlier version, it reflects updated practices in nitrogen use to mitigate risks associated with propellant systems and cabin environments in aerospace settings.
    This document outlines the proposed pricing schedule for various supplies and services related to the provision of Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) across multiple locations over a five-year period (2025-2030). The offerings are categorized by unique CLIN (Contract Line Item Number) codes, each associated with specific products, emergency delivery options, detention fees, and various installation or removal services. The pricing structure includes quantities and unit identifiers for gases—272,000 GL for ABO and 855 GL for LN2—alongside rates for additional services like expedited delivery and equipment fees. A significant focus is placed on ensuring compliance with supply and service timelines for military operations, emphasizing the critical need for consistent availability of these essential materials. The document serves as part of a federal RFP process, providing necessary financial transparency and contractual obligations to ensure effective procurement operations. This structured approach enables government agencies to evaluate supplier guarantees regarding pricing for future supply demands, aligning with operational readiness goals.
    The Transport Equipment Delay Certificate is a crucial documentation tool designed to record delays encountered during the loading and unloading of transportation equipment. It outlines essential details such as consignor and consignee information, carrier details, product type, trailer number, shipment date, and various related timestamps for actions taken during the loading/unloading process. The certificate specifically requires a detailed account of the reasons for delays, categorizing the responsibility as either with the carrier or the consignor/consignee, alongside the respective durations of these delays. The certification statement at the end mandates signatures from the consignee, shipper, and driver, affirming the accuracy of the provided information. Additionally, it contains a note to carriers emphasizing that a copy of this certificate must accompany each detention invoice to validate the invoicing process for payment. Overall, this document is vital for ensuring accountability and facilitating the resolution of any disputes regarding shipping delays in alignment with government standards for transport operations.
    The document outlines the requirements for an indefinite quantity contract related to aerospace energy supplies and services, managed by DLA Energy. It stipulates that the government will purchase supplies during the contract term, with quantities being flexible based on actual needs. The contract emphasizes not only delivery terms—primarily F.O.B. Destination—but also compliance with specific packaging, transportation, and safety regulations. Key provisions include a mandate for tamper-indicating seals on shipments and detailed guidelines for hazardous materials transportation. Contractors are required to maintain active registrations with the DLA Internet Bid Board System (DIBBS) and the System for Award Management (SAM). Orders may be placed orally or in writing, and quantities will be measured using calibrated metrics at either the contractor's terminal or the government’s receiving activities. The document also details administrative costs associated with contract termination and tax implications. Overall, the document succinctly articulates the procedural, regulatory, and logistical frameworks necessary for contractors to supply aerospace energy products while ensuring compliance with federal regulations and standards throughout the process.
    The Defense Logistics Agency (DLA) Energy is issuing a solicitation for a Firm-Fixed Price Requirements contract to provide Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) along with ancillary services for a period of five years, from July 1, 2025, to June 30, 2030. The contract aims to fulfill the DOD's need for these essential aerospace services to multiple locations across the United States. The solicitation specifies the required specifications for ABO and LN2, including compliance with military standards. Moreover, it outlines expected delivery quantities at various bases, encouraging bidders to propose competitive pricing and considers the lowest price technically acceptable for evaluation. The submission process includes requirements for technical proposals and past performance information. Offerors must adhere to specified regulations, and the Q&A period is open to encourage clarifications before the February 21, 2025, submission deadline. Compliance with federal regulations regarding taxes and submission protocols is mandatory, and there is no intent for discussion after initial evaluations, prompting offerors to submit their best offers upfront. This solicitation reflects the DLA Energy's commitment to ensuring a robust supply chain for critical aerospace products.
    The document appears to represent a collection of fragmented and unclear texts, likely corrupted or improperly formatted. Its intent seems linked to federal government requests for proposals (RFPs) and grants at both federal and state/local levels. While specific content remains indecipherable, the document may be related to funding opportunities, project descriptions, and regulatory compliance requirements for potential recipients. The inclusion of terms often associated with grant applications and project management indicates a focus on securing federal support. Important themes likely involve project evaluation criteria, compliance with federal guidelines, and the necessity of demonstrating project viability for funding consideration. However, the lack of coherent structure and clear language significantly obscures its specific purpose or actionable details. Hence, any actionable insights into the main topic or underlying objectives remain unattainable from the current content.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CONNECTOR, OXYGEN, MASK
    Dept Of Defense
    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.
    FD2030-26-00581
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation 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 the tank as per the top drawing 10C-0020-0013, with the latest engineering data revision dated May 20, 2022. This equipment is critical for aircraft operations, ensuring the proper functioning of air conditioning, heating, and pressurizing systems. Interested vendors should refer to the solicitation information for further details and await the approval of the contracting officer for quote submissions.
    INDUSTRIAL GAS AND CYLINDER RENTAL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking proposals for a firm fixed-price contract for industrial gas supplies and cylinder rentals at NCTAMS LANT DET Cutler, Maine. The procurement includes a variety of industrial gases such as Liquid Nitrogen, Oil Pumped Nitrogen Gas, Sulfur Hexafluoride, Argon, Oxygen, Acetylene, and Carbon Dioxide, with the requirement for weekly deliveries and emergency response within 24 hours. This contract is crucial for ensuring the continuous availability of essential gases for operational needs, with a base period and four option years extending to December 20, 2030. Interested vendors must submit their proposals by December 15, 2025, and can direct inquiries to Brittany Simmons at brittany.s.simmons3.civ@us.navy.mil.
    Support, Turbine NOZ
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of a Turbine NOZ support item, identified by National Stock Number 2840-01-307-6359PR. This Request for Proposal (RFP), scheduled for issuance on March 27, 2025, requires the delivery of one unit, which includes two non-destructive tests and one destructive test of the first articles, with a critical delivery date of October 10, 2025. The item is classified as a critical safety component, underscoring the importance of reliable suppliers in the aerospace and defense sectors, particularly for safety-critical components. Interested parties should note that there are no small business set-asides for this opportunity, and they can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    CAP, VENT, LOX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an Indefinite Quantity Contract (IQC) for the procurement of a Life Support Item, specifically a Lox Vent Cap (NSN 1660-01-175-3973, CAGE 19062, Part Number: P/N 50C-0020-1). The contract will consist of five one-year base periods with an estimated quantity of 450 units, and it is important to note that surplus material will not be accepted for this procurement. The solicitation is set to be released on December 23, 2025, and will be available via the DLA DIBBS website, with the final award decision based on price, past performance, and other evaluation factors. Interested parties can reach out to Juline Tenorio at 445-737-1904 or via email at JULINE.TENORIO@DLA.MIL for further inquiries.
    16--CONCENTRATOR,OXYGEN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the procurement of 50 units of a flight-critical oxygen concentrator, identified by NSN 7R-1660-016781742-V2 and reference number 3261129-0104. This procurement is subject to strict source approval requirements, as the item must be acquired from sources specified on a source control drawing, and suitable technical data or manufacturing knowledge is not available for alternative sourcing. Interested vendors must ensure they are an approved source or submit the necessary documentation for source approval, as outlined in the NAVSUP Weapon Systems Support Source Approval Information Brochures, to be considered for the contract. For inquiries, Rachel Raucheisen can be contacted at (215) 737-7063 or via email at RACHEL.RAUCHEISEN@DLA.MIL.
    FD2030-25-00964
    Dept Of Defense
    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.
    FD2030-26-00238
    Dept Of Defense
    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.
    Annual Bulk Petroleum Purchase for Atlantic, Europe, and Mediterranean Region
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the annual bulk petroleum purchase for the Atlantic, Europe, and Mediterranean (AEM) region, specifically targeting various fuel types including Naval Distillate (F-76), Aviation Turbine Fuels (JP5, JP8, and Jet A-1). This procurement aims to secure essential fuel supplies to support military operations across multiple locations within the AEM geographic area, with a contract period extending from the date of award through June 30, 2026. Interested vendors must utilize the Bulk Offer Entry Tool (OET) for submissions, ensuring compliance with federal procurement standards, and are encouraged to register with the System for Award Management (SAM) at no cost. The solicitation closing date is set for January 14, 2025, at 3 PM EST, and inquiries can be directed to Gerardo Gomez at Gerardo.Gomez@dla.mil or Paul Johnson at paul.johnson@dla.mil.
    FD2030-25-00292
    Dept Of Defense
    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 regulator as per the top drawing number 29270-10A-B2, with an EDL revision date of December 8, 2023. This equipment is critical for aircraft air conditioning, heating, and pressurizing systems, ensuring operational safety and efficiency. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.