Bulk Gases and Amendment 0001
ID: W519TC-25-Q-2041Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Industrial Gas Manufacturing (325120)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command - Rock Island, is seeking proposals for the supply of bulk industrial gases, including nitrogen, argon, oxygen, and helium, to support operations at the Rock Island Arsenal's Joint Manufacturing and Technology Center. The procurement emphasizes timely delivery, compliance with safety regulations, and the maintenance of gas supply systems, with a contract structured as a Firm Fixed Price (FFP) over five ordering periods spanning five years. This initiative is crucial for ensuring operational readiness and safety standards within the facility. Interested vendors must submit their proposals by February 21, 2025, and can contact Heather Petersen at heather.j.petersen.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Rock Island Arsenal has issued a Request for Proposal (RFP) for the supply of bulk industrial gases and gas cylinders, emphasizing the importance of timely delivery and monitoring of gas usage in conjunction with the JMTC Representative. The contractor is responsible for maintaining compliance with various regulations, including those from DOT, CGA, OSHA, and NFPA. The document outlines estimated maximum quantities for several gases, including nitrogen, argon, oxygen, and helium, along with specific cylinder types and settings. This collaborative approach aims to ensure that the gas supply meets production needs without disruption. The estimates provided are subject to change based on government requirements, showcasing the dynamic nature of this contract. Overall, the RFP highlights the commitment of the Rock Island Arsenal to maintain operational integrity through reliable supplier partnerships while adhering to safety and compliance standards.
    The Scope of Work (SOW) document outlines maintenance requirements for the Cryogenic Gases Storage and Supply Systems at Rock Island Arsenal's Joint Manufacturing Technology Center. The primary purpose is to establish guidelines for troubleshooting, repairs, calibrations, inspections, and preventative maintenance of various cryogenic equipment to ensure safety and compliance with federal regulations. The contract is a five-year requirement, mandating the contractor's onsite emergency response within 1-2 hours for critical failures. Key responsibilities include adhering to industry codes, conducting annual inspections, and providing qualified technicians for the tasks specified. The contractor must supply materials, obtain necessary authorizations, and report all services rendered. Furthermore, personnel must complete relevant security training, comply with safety and environmental regulations, and manage waste responsibly. The SOW emphasizes the importance of maintaining operational equipment while ensuring the safety and environmental standards are met, which is crucial for the effective functioning of the Rock Island Arsenal operations.
    The document outlines an inventory of gas tanks and associated equipment at various locations, primarily concerning nitrogen, oxygen, argon, and propylene gases. It provides detailed specifications including tank capacities, locations within buildings, and specific identifiers associated with each gas type. The document appears structured around locations marked both outside and inside several buildings, denoting specific areas where these gas tanks are stored or utilized. Key points reflect the allocation of gas types across different capacities and storage conditions, highlighting operational requirements for safety and accessibility. The presence of smoking shelters and emergency equipment also aligns with safety regulations, which could be pertinent for upcoming RFPs or grants focused on facility safety and environmental compliance in federal or state contexts. Overall, the document serves as a foundational resource for understanding the gas storage needs and compliance requirements for operations that may relate to government-funded projects or state/local regulations on hazardous materials management.
    The JMTC Gas Requirement document outlines a Price Matrix Evaluation Workbook for submitting bids on various gas products and services. The main purpose is to gather competitive pricing for gases, including nitrogen, argon, oxygen, helium, and others, under a fixed-price or cost-reimbursable contract structure. Each gas type has defined evaluation criteria based on quantity ranges and unit pricing across five ordering periods. The workbook is structured to encourage potential offerors to fill in their pricing, which will ultimately be evaluated to determine the total cost to the government. Notably, certain items, particularly helium, will have pricing negotiated post-award due to market volatility. Emphasis is placed on ensuring compliance with specifications and conditions set forth in the solicitation. Overall, this document serves as an important tool for the federal government in soliciting competitive bids and managing contracts for essential gaseous supplies, necessary for various operational needs. This systematic approach fosters transparency and effectiveness in government procurement processes, essential for fiscal responsibility and operational readiness.
    The attachment outlines the framework for submitting proposals in response to federal and state RFPs for grants aimed at various projects and initiatives. The main purpose is to solicit bids from qualified organizations for funding opportunities that address specific community needs and priorities. Key elements include the eligibility criteria for applicants, detailing the necessary qualifications and experience required to participate. It emphasizes the importance of aligning proposals with federal guidelines and local regulations, ensuring that projects meet established objectives. The document also outlines the evaluation criteria for submitted proposals, highlighting factors such as innovation, feasibility, and anticipated outcomes. Furthermore, it sets timelines for submission and outlines the review process, which includes multiple stages of assessment and selection by a committee of experts. Overall, the attachment serves as an essential guide for potential applicants, providing clear information on how to navigate the RFP process effectively while aiming to enhance public service and community development through targeted funding opportunities.
    The document outlines the estimated previous year usage of various gases and mixtures, providing critical data relevant to government procurement processes for both federal and state-level organizations. It includes a detailed list of items such as nitrogen, argon, oxygen, helium, and carbon dioxide, outlining specific units required, including gallons and cylinders. Notably, some items have zero usage, indicating inactive or non-required quantities, while others show significant demands, such as nitrogen and argon. The report serves as a foundational reference for upcoming Requests for Proposals (RFPs) and federal grants, ensuring procurement aligns with actual operational needs. It emphasizes the importance of accurate data in budgeting and planning for supplies critical to various government functions. Overall, the document's structured listing of gases and their usage estimates is essential for effective resource management and compliance within government agencies.
    The solicitation W519TC25Q2041, issued by the Army Contracting Command - Rock Island, seeks proposals for the supply of multiple gases to support the Rock Island Arsenal's Joint Manufacturing and Technology Center. This solicitation follows the Federal Acquisition Regulation (FAR) for commercial item procurement and is structured as a Firm Fixed Price (FFP) contract spanning five ordering periods over five years. The award will be given to the proposal offering the best overall value based on the lowest total evaluated price. Key requirements include timely delivery of gases to various RIA-JMTC locations and compliance with stringent safety and access regulations for contractors. The document specifies that offers must remain valid for 120 days and includes provisions for inspections, delivery instructions, and penalties for non-compliance. Vendors must also adhere to visitor access protocols at RIA, including pre-registration and identification requirements. Additional attachments outline the detailed scope of work and pricing models for the procurement. This solicitation underscores the government’s aim to ensure competitive procurement while meeting operational needs through careful analysis of contractors' past performances and adherence to set regulations.
    The document is an amendment to a solicitation for a government contract regarding the provision and maintenance of industrial gases at the Rock Island facility. This amendment addresses questions raised by potential vendors and provides clarifications regarding responsibilities and requirements outlined in the Statement of Work (SOW). Key points include the vendor's obligation to supply specific tanks, manage safety standards, and maintain all necessary containers. The amendment opts for an all-or-none contract approach instead of splitting it into multiple contracts for bulk and cylinders. Furthermore, the amendment offers additional documentation, including attachment maps of gas locations and estimated prior usage. The closing date for submission remains unchanged as February 21, 2025. Overall, the amendment ensures that all terms and conditions of the original solicitation remain intact while providing necessary updates and clarifications for interested contractors.
    Lifecycle
    Title
    Type
    Bulk Gases
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    68--HELIUM,HI-PURITY AN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the procurement of high-purity helium gas. This procurement is critical for various defense applications, requiring compliance with stringent quality assurance and inspection standards. The selected contractor will be responsible for delivering the helium in accordance with specified technical documentation and packaging requirements, with an emphasis on timely delivery and adherence to safety protocols. Interested vendors should contact Trevor L. Allander at 564-230-2182 or via email at TREVOR.L.ALLANDER.CIV@US.NAVY.MIL for further details, and proposals must be submitted by the deadline indicated in the solicitation.
    BPA - GASES: COMPRESSED AND LIQUEFIED PSC 68--
    Dept Of Defense
    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.
    INDUSTRIAL GAS IDIQ
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime Puget Sound is conducting market research to identify potential suppliers for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for industrial gases and associated services. The procurement will cover a range of bottled and bulk gases, including Acetylene, Argon, Helium, Nitrogen, and Oxygen, along with tank rentals and maintenance services, to support operations at the Puget Sound Naval Shipyard and Submarine Base Point Loma in San Diego, California. This contract is crucial for ensuring timely delivery and compliance with military specifications, with a base year and four option periods anticipated. Interested vendors must submit their capability statements by 8:00 AM on December 31, 2025, to Denise M. Quist at Denise.Quist@dla.mil, and are encouraged to request site visits if needed.
    Nitrogen Generator System and Nitrogen Storage Banks
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Robins Air Force Base, Georgia, is seeking proposals for a Nitrogen Generator System and two High-Pressure Nitrogen Storage Banks. The procurement aims to acquire a compact nitrogen generation system capable of producing nitrogen at a minimum flow rate of 18 SCFM and a pressure of 4,500 psi, along with storage banks that meet specified capacity and footprint requirements. This equipment is critical for supporting various operational needs within the Air Force, ensuring efficient nitrogen supply for maintenance and other applications. Interested small businesses must submit their proposals by December 23, 2025, at 12:00 PM EST, and direct any questions to Elizabeth Haines or SSgt. Bobby Ballow via the provided email addresses.
    Annual Bulk Nitrogen deliveries with 4 option years
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking a contractor to provide annual bulk liquid nitrogen deliveries, with a contract duration of one base year and four option years. The selected vendor will be responsible for supplying approximately 8,500,000 standard cubic feet (scf) of liquid nitrogen annually, maintaining a bulk liquid nitrogen tank and gasifier, and ensuring uninterruptible nitrogen services during the transition from the current supplier. This procurement is critical for the USDA's Agricultural Research Service at the Eastern Regional Research Center in Wyndmoor, PA, where the nitrogen is essential for various research and operational activities. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Lynn Hults at lynn.hults@usda.gov or by phone at 912-464-9723.
    Propane Supply and Delivery - Fort McCoy, WI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotations for the procurement and delivery of approximately 145,000 gallons of propane gas annually to Fort McCoy, Wisconsin. The contract is intended to cover the period from April 1, 2026, to March 31, 2031, highlighting the importance of a reliable propane supply for the operations at the facility. Interested vendors can reach out to Dustin Robertson at 502-898-1255 or via email at dustin.t.robertson4.civ@army.mil for further details regarding the solicitation process.
    Nitrogen Generator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Nitrogen Generator, as indicated in a presolicitation notice from the FA8125 AFSC PZIMA office. This procurement is classified under the NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing, and the PSC code 6830, related to compressed and liquefied gases. The Nitrogen Generator is essential for various applications within the Air Force, and the contract will be awarded on a Firm Fixed Price basis, requiring all-inclusive pricing in quotes submitted by interested vendors. Interested parties should direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil, noting that no quotes will be accepted until the official solicitation is posted, with delivery expected at Tinker AFB, OK.
    Purchase New Liquid Nitrogen Tank
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    GENERATOR,NITROGEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the repair of nitrogen generators through the NAVSUP Weapon Systems Support Mechanical office. The procurement aims to ensure the operational readiness of these critical gas generating and dispensing systems, which are essential for various military applications. The contract will require a Repair Turnaround Time (RTAT) of 164 days, with an emphasis on compliance with quality assurance standards and government inspections. Interested contractors should submit their quotes, including unit prices and RTAT, to Rebecca A. Rainey at REBECCA.A.RAINEY5.CIV@US.NAVY.MIL by the specified deadline, as the solicitation is issued under Emergency Acquisition Flexibilities.
    Gases Compressed and Liquefied
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking qualified small businesses to establish Blanket Purchase Agreements (BPAs) for the procurement of compressed and liquefied gases. This initiative aims to streamline the acquisition process for various commodities essential to support Naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for inclusion in the BPA program, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.