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
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 6, 2025, 12:00 AM UTC
  3. 3
    Due Feb 21, 2025, 4:00 PM UTC
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
Feb 6, 2025, 3:07 PM UTC
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.
Feb 6, 2025, 3:07 PM UTC
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.
Feb 6, 2025, 3:07 PM UTC
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.
Feb 6, 2025, 3:07 PM UTC
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.
Feb 6, 2025, 3:07 PM UTC
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.
Feb 6, 2025, 3:07 PM UTC
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.
Feb 6, 2025, 3:07 PM UTC
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.
Feb 6, 2025, 3:07 PM UTC
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
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.
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.
Bulk Liquid Nitrogen
Buyer not available
The Department of Defense, specifically the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the supply of Bulk Liquid Nitrogen, requiring a total of 50,000 gallons with three optional quantities of the same amount. This procurement is critical for supporting various operations at the facility and is being issued as a combined synopsis/solicitation under RFQ N0025325Q7008, which emphasizes compliance with federal regulations and safety standards. Interested vendors must provide FOB Destination pricing to NUWC Keyport, WA, and ensure adherence to environmental and safety requirements as outlined in the attached solicitation and supporting documents. For inquiries, potential offerors can contact Kaci Campbell at kaci.j.campbell.civ@us.navy.mil or Amanda Gutgsell at amanda.r.gutgsell.civ@us.navy.mil, with all submissions required to be sent digitally via email before the solicitation closes.
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.
SPE601-25-R-0311 Solicitation_OCONUS - UAE Gaseous Helium (GHe)
Buyer not available
The Defense Logistics Agency (DLA) Energy 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) required, 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, and it encourages 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.
VISN 16 - Medical Gases - Tiered Solicitation
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide medical gases for its Veterans Integrated Service Network (VISN) 16 facilities through a tiered solicitation process. This procurement aims to ensure a reliable supply of essential medical gases, including oxygen, nitrogen, and argon, which are critical for healthcare services provided to veterans. The contract will be awarded based on a tiered evaluation process prioritizing Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), followed by other veteran-owned and small businesses, with a total contract ceiling of $6,975,000 over a five-year period from August 30, 2025, to August 29, 2030. Interested parties must submit their quotes by April 10, 2025, at 5:00 PM Central Time, to the Contracting Officer, Charles Morin, via email at charles.morin@va.gov.
6835--Prescott-Medical Cylinder Gases
Buyer not available
The Department of Veterans Affairs is seeking proposals from qualified vendors for the supply of medical cylinder gases to the Northern Arizona VA Healthcare System in Prescott, Arizona. This procurement involves providing essential medical gases, including oxygen, nitrogen, and carbon dioxide, under a firm fixed price contract for the period from April 1, 2025, to March 31, 2026, with the possibility of four additional one-year option periods. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the VA's commitment to supporting veteran healthcare through strategic partnerships. Interested vendors must submit their proposals by 3:00 PM Pacific Time on March 24, 2025, and direct any inquiries to Contract Specialist Victor Oliveros at victor.oliveros@va.gov.
CYLINDER,COMPRESSED
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of compressed gas cylinders, classified under the NAICS code 332420 for Metal Tank (Heavy Gauge) Manufacturing. The procurement aims to secure spares for military operations, emphasizing the importance of these cylinders in supporting fleet readiness and operational capabilities. Interested vendors must submit their proposals via email to Lara Szott at lara.l.szott.civ@us.navy.mil by the specified due date, ensuring compliance with government source approval requirements to be considered for the award. For further details, potential bidders can refer to the NAVSUP WSS source approval brochure available online.
81--CYLINDER,COMPRESSED, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of compressed gas cylinders. The procurement requires contractors to provide FAA-certified parts and comply with stringent quality and inspection standards, including the use of specific drawings and repair manuals. These cylinders are critical for various military applications, necessitating reliable and efficient repair services to ensure operational readiness. Interested contractors must submit their proposals, including relevant past performance references, by the specified deadline, with all submissions to be directed to Timika D. Nicholson at timika.d.nicholson.civ@us.navy.mil or via telephone at 215-697-2582.
NG SEW Pneumatic Components
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting proposals for pneumatic components required for the Next Generation Shop Equipment Welding system at Rock Island Arsenal. The contract aims to enhance the Army's welding and cutting capabilities by providing a comprehensive parts list, ensuring quality control, and adhering to strict packaging and delivery standards. This procurement is critical for maintaining operational efficiency and safety in gas handling and filtration systems, with a focus on compliance with OEM warranty standards. Interested small businesses must submit their proposals by April 15, 2025, and can contact Travis Poindexter at travis.j.poindexter.civ@army.mil for further information.