Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LNB) for Various Locations in the U.S West Region (9.1D)
ID: SPE601-26-R-0301Type: Combined Synopsis/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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Energy Aerospace Business Unit, is seeking proposals for the supply of Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LNB) to various military installations in the U.S. West Region over a five-year period. The contract will require the delivery of approximately 1,975,000 UG6 of ABO and 552,000 UG6 of LNB, along with associated services such as expedited delivery and equipment installation, to locations including Creech AFB, Davis Monthan AFB, and Eielson AFB. This procurement is critical for supporting military operations, ensuring that personnel have access to essential gases for aviation and other applications. Interested offerors must submit their proposals by November 25, 2025, at 3:00 PM CDT, and can direct inquiries to Kelley Mauldin at kelley.mauldin@dla.mil or Abena Boateng at abena.boateng@dla.mil.

    Files
    Title
    Posted
    This government file outlines the Defense Logistics Agency Energy's (DLA Energy) requirement for the delivery of Aviator's Breathing Oxygen (ABO) and Liquid Nitrogen (LNB) to various Air Force and Naval Air Stations across multiple states. The scope of work includes providing all necessary materials, supplies, product, management, tools, equipment, transportation, and labor for deliveries to either contractor-provided or government-owned tanks. Key requirements include product specifications (MIL-PRF-27210J for ABO and A-A-59503E for LNB), submission of Certificates of Analysis (COA) with invoices and deliveries, and product delivery within 7 calendar days of order during specified hours, Monday-Friday, excluding holidays. The document details tank capacities and Maximum Allowable Working Pressures (MAWP) for each location. Common clauses across all locations include measurement by truck-mounted flow meter, origin inspection and destination acceptance, procedures for fill line restriction orifices, tank hot fills, and detention fees. Security requirements vary by location, often involving background checks, escorts, and specific entry gate procedures. Some locations, like Creech AFB and Hill AFB, require the contractor to install and remove their own tanks, including maintenance responsibilities.
    This document outlines the requirements for Solicitation SPE601-26-R-0301, an indefinite quantity contract for supplies. It details that the contract is a 'REQUIREMENTS-TYPE' with fixed unit prices and F.O.B. Destination delivery, meaning inspection is at origin and final acceptance at destination. Key provisions include requirements for Certificates of Analysis and H-14 Transport Equipment Delay Certificates with each shipment, and strict hazardous material packaging and transportation compliance with various federal and international regulations (e.g., 49 CFR, IATA, IMO). The contract also mandates contractor seals on shipping containers to prevent tampering. Quantity determination for propellants, cryogenics, and gases will be by calibrated flow meters or scales, with the government retaining the right to witness measurements. Specific conversion factors are provided for Aviator’s Breathing Oxygen and Liquid Nitrogen. Contractor detention beyond free time at delivery points is compensable, with rates comparable to regulated tariffs. Additionally, the document covers federal, state, and local taxes, requiring offerors to submit Safety Data Sheets (SDSs) for all items. Technical and price proposals are required, with evaluation based on lowest evaluated price for technically acceptable offers. Technical proposals must address reliable supply, production capability, plant storage, container types, quality control, sampling plans, contractor-furnished equipment, and tamper-indicating devices. Past performance and small business subcontracting plans are also critical components.
    The document, Attachment 2 – Technical Capability Data Sheet for Solicitation SPE601-26-R-0301, outlines the requirements for offerors to submit a technical capability statement for providing Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LNB). Offerors must detail their technical approach, including production capability, plant storage capacity, delivery methods, and quality control procedures. Key aspects include describing in-process quality control, quality sampling plans, and contractor-furnished equipment at government facilities. The solicitation also mandates disclosure of manufacturing origins, requiring supply commitment letters if the offeror is not the direct manufacturer. Additionally, offerors must provide a Quality Control Plan for review and identify primary and secondary manufacturing and filling points for each product. The overall purpose is to assess an offeror's ability to reliably supply on-spec products and services under the contract.
    ATTACHMENT A3 – CONTRACTOR PERFORMANCE DATA SHEET (SOLICITATION SPE601-26-R-0301) requires contractors to submit past performance information for similar government and non-government contracts or subcontracts completed within the last two years or those in progress with at least one year of performance history. The form requests details such as company name, point of contact, phone and fax numbers, product supplied, quantity, method of delivery, place and period of performance, and whether a subcontracting plan was in place. Contractors who have not performed similar contracts are instructed to mark a designated box.
    The document, "ATTACHMENT 4- QAPs SOLICITATION SPE601-26-R-0301," appears to be an attachment detailing Quality Assurance Plans (QAPs) related to a government solicitation. The solicitation number is identified as SPE601-26-R-0301. The document is digitally signed by three individuals: BANISZEWSKI.DANIEL.J.1287388698, ATKINS.RENRICK.L.1024389320, and ROSE.JAMAAL.R.1050293366, with dates in March 2025. This file is likely part of a larger Request for Proposal (RFP) or a similar government procurement document, providing crucial details on the quality requirements and standards that potential contractors must meet for the specified solicitation.
    The "TRANSPORT EQUIPMENT DELAY CERTIFICATE" (Form H-14, Attachment 5, SPE601-26-R-0301) is a critical document for documenting delays in transport equipment. This form details consignor, consignee, product, carrier, trailer and freight information, and specific loading/unloading times, including arrival, acceptance, start, finish, unit release, and total hours held. A key section requires a complete statement describing the reason for any delay, the duration of each delay segment, and whether the carrier or consignee/consignor was responsible. The certificate also includes a detention certification statement to be signed by the consignee, shipper, and driver, affirming the accuracy of the information. Carriers are explicitly instructed that a copy of this certificate must accompany each detention invoice to provide necessary documentation for invoice certification and payment, ensuring accountability and proper billing for delays in government-related transport operations.
    This government file outlines a comprehensive schedule of supplies and services for various Air Force Bases and other military installations in the West Region, specifically covering a five-year period. The primary products and services requested are Aviator Breathing Oxygen (ABO) and Liquid Nitrogen, Bulk (LNB), both procured for five years. In addition to these primary gases, the schedule includes associated services such as equipment installation and removal, annual tank usage fees, detention fees, expedited/emergency delivery options, tank hot fills, and fill line restriction orifice services. The document lists annual and five-year quantities for each item and service, with specific allocations for locations including Creech AFB, Davis Monthan AFB, Eielson AFB, Elmendorf AFB, Gowen Field, Hill AFB, Kingsley Field ANG, Luke AFB, MCAS Yuma, McChord AFB, NAS Fallon, Nellis AFB, Nevada ANG, Portland ANG, Tonopah Testing Range, and Tucson ANG. Each item and service is assigned a National Stock Number (NSN) or service material code. The file is structured as a pricing schedule, with placeholders for unit and total dollar amounts, indicating it is likely part of a Request for Proposal (RFP) or similar procurement document where offerors would submit their pricing.
    This government file outlines the detailed inspection and sampling procedures for Type I and Type II Oxygen, encompassing first article, periodic, and quality conformance inspections. It specifies the methods for sampling, testing, and verifying oxygen purity, moisture content, and odor. The document mandates that samples be collected during filling operations for Type I Oxygen and from storage tanks or distribution facilities for Type II Oxygen. It also details the required sample sizes, testing locations, and reporting requirements, emphasizing adherence to specific tables for test parameters and frequencies. The overarching purpose is to ensure that the oxygen supplied meets stringent quality and safety standards for government use.
    This government file details a five-year schedule of supplies and services, primarily focusing on the provision of Aviator Breathing Oxygen (ABO) and Liquid Nitrogen, Bulk (LNB) to various military installations in the West Region, including Creech AFB, Davis Monthan AFB, Eielson AFB, Elmendorf AFB, Gowen Field, Hill AFB, Kingsley Field ANG, Luke AFB, MCAS Yuma, McChord AFB, NAS Fallon, Nellis AFB, Nevada ANG, Portland ANG, Tonopah Testing Range, and Tucson ANG. In addition to the gases, the schedule includes services such as equipment installation and removal, annual tank usage fees, detention fees, expedited/emergency delivery, tank hot fills, and fill line restriction orifice services. Each item is listed with its National Stock Number (NSN) or Service Material code, annual and five-year quantities, unit of issue, and the specific customer location. All unit prices and total dollar amounts are currently listed as $0.00, indicating this document is a pricing schedule for an offeror to complete.
    Amendment 0001 to Solicitation SPE60126R0301 modifies the solicitation for Liquid Nitrogen at Creech AFB, NV. Key changes include updating the annual quantity for CLIN 0009 to 5,400 UG6 and the 5-year quantity to 27,000 UG6. The offer due date has been corrected to November 25, 2025, by 3:00 PM CDT. Offerors must submit a signed copy of Amendment 0001 and the revised Price Form by the new deadline. The period of performance for CLIN 0009 is from July 1, 2026, to June 30, 2031, with yearly estimated quantities of 5,400 UG6. The document also details quality technical provisions and delivery information for the Liquid Nitrogen, including the delivery address, contact person, and tank specifications.
    This solicitation, SPE601-26-R-0301, issued by the DLA Energy Aerospace Business Unit, outlines a five-year requirement for Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LNB) for multiple U.S. West Region military installations. The contract, a Firm-Fixed Price Requirements type, will be awarded based on the Lowest Price Technically Acceptable Source Selection Process. Offerors must submit both price and technical proposals, including technical capability data, past performance information, and a DLA Form 1889 detailing manufacturing/filling points. A Letter of Commitment (if not the manufacturer) and a Certificate of Analysis are also required. The solicitation specifies delivery locations (e.g., Creech AFB, Davis Monthan AFB, Eielson AFB), estimated quantities for both products, and associated non-recurring services such as expedited delivery and tank usage fees. Offers are due by November 25, 2025, at 3:00 PM CDT, with a Q&A period ending November 3, 2025. The government reserves the right to award without discussions.
    The document outlines modifications to terms and conditions for federal government solicitations, including RFPs and grants. It references specific articles and clauses, such as Article H.14, Article H.15, and Article B.8, indicating changes to financial appropriations, payment terms, and definitions of services. The document emphasizes that all other terms and conditions of the original solicitation remain unchanged and in full force. Key elements include the requirement for signatures from contracting officers and authorized personnel, clarification on invoicing procedures, and the inclusion of attachments related to continuing affiliation. The purpose is to update and clarify contractual obligations for ongoing or future agreements, ensuring compliance and proper execution of government contracts.
    Similar Opportunities
    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.
    FD2030-26-00581
    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 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.
    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.
    Support, Turbine NOZ
    Buyer not available
    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.
    Compressed Gas
    Buyer not available
    The Department of Defense, specifically the United States Air Force, is soliciting quotes for the procurement of various compressed gases, including liquid nitrogen, helium, carbon dioxide, argon, acetylene, and oxygen, to be delivered to Tinker Air Force Base in Oklahoma. The contract is set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and requires adherence to strict delivery protocols, including packaging standards, inspection, and acceptance at the destination. This procurement is critical for supporting operations at Tinker AFB, ensuring that essential gases are available for various applications. Interested contractors must submit their quotes by the specified closing date and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
    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.
    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.
    FD2030-25-02415
    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 1660-01-473-3549BO, as detailed in top drawing 16VK059-2. This equipment is critical for aircraft air conditioning, heating, and pressurizing systems, ensuring operational safety and efficiency in military aviation. Interested vendors should note that further solicitation information will be provided once approved by the contracting officer, and they are encouraged to prepare for future quotes. For inquiries, please refer to the solicitation information as it becomes available.
    Government Owned Contractor Operated AIRCRAFT/GROUND FUEL SERVICES - SOUTHWEST REGION AF CONUS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking qualified small businesses to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Cannon AFB, NM, Davis Monthan AFB, NM, Holloman AFB, AZ, and Luke AFB, AZ. The procurement aims to identify firms capable of operating and maintaining these fuel facilities, which includes responsibilities such as receiving, storing, issuing, and accounting for petroleum products, as well as maintaining the associated infrastructure. This opportunity is significant for ensuring the efficient management of fuel resources critical to military operations. Interested parties must submit their responses by 3:00 PM EST on December 9, 2025, via email to Rochelle Adams and Gordon Braxton, with a focus on demonstrating their capabilities and past performance in similar contracts.
    Nitrogen Generator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of a Nitrogen Generator to be delivered to Tinker Air Force Base, Oklahoma. The generator must produce nitrogen gas with a purity of 95%-99% using membrane production technology, and it should be capable of inflating aircraft tires while adhering to specific operational requirements, including a storage pressure of 4000-5000 psig and an output flow of 13-20 SCFM. This equipment is crucial for maintaining aircraft readiness and safety, ensuring that tires are properly inflated with high-purity nitrogen. Interested vendors should submit their quotes and any inquiries in writing to Jacqueline Henn at Jacqueline.Henn@us.af.mil, with all submissions due by the closing date specified in the solicitation documents.