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
    9.1 B Southeast Region Oxygen, Nitrogen & Argon
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking contractors to provide multiple aeronautical gases, including Aviator Breathing Oxygen, Liquid Oxygen, Liquid Nitrogen, and Liquid Argon, for delivery to various locations in the Southeast United States. The contract is structured as a Firm-Fixed Price Requirements type and will be in effect from July 1, 2025, to June 30, 2030, emphasizing the contractor's responsibility for delivery into both contractor-provided and government-owned tanks. These gases are critical for aviation operations, and the procurement process will evaluate proposals based on price, technical capability, and past performance, utilizing a Lowest Price Technically Acceptable Source Selection Process. Interested parties should direct inquiries to Kelley Mauldin at kelley.mauldin@dla.mil or call 210-383-8874 for further details and submission requirements.
    Solicitation SPE601-25-R-0308 ABO & LN2 Various Locations Middle East Region
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the supply and installation of Aviator’s Breathing Oxygen (ABO) and Liquid Nitrogen (LN2) at military locations in Djibouti, Kuwait, and Qatar. Contractors are required to deliver these gases in compliance with military specifications, including the provision of Certificates of Analysis for each delivery, and must ensure timely installation and maintenance of storage tanks within specified timeframes. These supplies are critical for supporting military operations, ensuring that personnel have access to essential breathing gases in various operational environments. Interested contractors should contact Matthew Simkovsky at matthew.simkovsky@dla.mil or Jessica Negron at jessica.negron@dla.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    CONVERTER, LIQUID OXYGEN; NSN 1660-00-810-6854
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of liquid oxygen converters, specifically identified by NSN 1660-00-810-6854. Vendors are invited to submit firm fixed-price quotations for three line item quantities of these converters, which are critical components for national defense applications, ensuring compliance with stringent quality standards and federal regulations. Proposals are due by February 24, 2025, and interested parties should direct inquiries to Asaycia Clayton at asaycia.clayton.1@us.af.mil for further details regarding the submission process and requirements outlined in the Request for Quotation (RFQ) SPRTA1-25-Q-0131.
    DLA ENERGY AEROSPACE JP-10 AND PF-1
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a Firm, Fixed-Price Requirements-Type contract to procure bulk propellants, specifically High Density Synthetic Hydrocarbon Type (JP-10) and Priming Fluid ALCM Grade (PF-1), for a five-year period from June 16, 2025, to June 15, 2030. The selected contractor will be responsible for the production, storage, and delivery of these propellants, adhering to strict military specifications and quality standards, with a minimum bulk storage capacity of 135,000 gallons and a production rate of 519 gallons per day. This procurement is critical for supporting U.S. defense and aerospace operations, ensuring the availability of essential materials for military readiness. Interested small businesses must submit their proposals by March 5, 2025, to Tammie Campbell at tammie.campbell@dla.mil, with all submissions following the guidelines outlined in the solicitation documents.
    MASK, OXYGEN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to procure 1,205 oxygen masks under the identifier PR 7009963786, specifically categorized by the National Stock Number (NSN) 1660-01-695-3827. This procurement is limited to a single approved source, AVOX SYSTEMS (CAGE 53655), which will supply the masks with part number 358-1506V-7, highlighting the critical nature of these items for military operations. The required delivery timeline is set for 273 days after the receipt of order, with the solicitation scheduled to be issued on February 25, 2025. Interested parties can access relevant documents via the DIBBS website, and for further inquiries, they may contact Michelle R. Scott at michelle.r.scott@dla.mil or Adrienne Davis at Adrienne.Davis@dla.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.
    Kit. Overhaul, Oxygen Converter
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is preparing to solicit proposals for the overhaul of an Oxygen Converter, specifically NSN 1660-007759659, under a firm-fixed price contract. This procurement is classified as a critical application item and is subject to other than full and open competition, with the approved source being Mission Systems Orchard Park Inc. The selected contractor will be responsible for delivering an estimated quantity of 47 units, with delivery expected within 300 days after the order, and no options will be included in the contract. Interested parties should note that copies of the solicitation will be available approximately 15 days after this notice is published on SAM.gov, with the solicitation expected to be accessible on DIBBS around January 31, 2025. For further inquiries, potential bidders can contact Helen Davis at helen.davis@dla.mil.
    Gaseous Nitrogen for Vandenberg SFB, CA
    Buyer not available
    The Defense Logistics Agency (DLA) Energy Aerospace is seeking potential suppliers for Gaseous Nitrogen (GN2) at Vandenberg Space Force Base in California. This Sources Sought Notice aims to assess industry interest and capability in meeting the specifications outlined in MIL-PRF-27401H, which includes requirements for production facilities, sampling and testing methodologies, and adherence to government quality assurance protocols. The anticipated procurement will cover a period of approximately 36 months, starting in September 2025, with an estimated total quantity of 632,832 MC. Interested organizations must register in the System for Award Management (SAM) and submit their capabilities by February 26, 2025. For further inquiries, suppliers can contact Kristofer Cowles, II at kristofer.cowles@dla.mil or Willard M Ramseur at willard.ramseur@dla.mil.
    16--BOTTLE OXYGEN,AIRCR
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 145 units of the Bottle Oxygen, Aircr (NSN 7R-1680-016432918-V2) from MISSION SYSTEMS ORCHARD PARK INC and ECI DEFENSE GROUP INC, as these are the only known sources for this item. The procurement is classified as a sole source acquisition due to the lack of available drawings or data, making the Original Equipment Manufacturer the only viable supplier for this specific part. This equipment is critical for various aircraft operations, and the anticipated award date for the contract is March 2025. Interested parties may submit their capabilities and qualifications to Sarah F. Pfeil at sarah.pfeil@navy.mil within 45 days of this notice.
    Direct Supply of Natural Gas US West Region - SPE604-25-R-0401
    Buyer not available
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for the direct supply of natural gas to various Department of Defense and federal civilian installations in the West Region of the United States, under solicitation number SPE604-25-R-0401. Offerors are required to provide detailed past performance information and comply with federal regulations, including representations and certifications, to ensure transparency and accountability in the procurement process. This procurement is critical for maintaining reliable energy supplies for government operations, with a delivery timeline set from October 1, 2025, to September 30, 2027. Interested parties must submit their proposals by March 20, 2025, and can reach out to Johnny McDonald Jr. at johnny.mcdonald@dla.mil or 571-767-0946 for further inquiries.