Liquid Oxygen ID/IQ Contract
ID: 89503625QSW000182Type: Solicitation
2 AwardsJun 26, 2025
$1M$1,000,000
AwardeeROY SMITH COMPANY 21348 TELEGRAPH RD STE 100 Southfield MI 48033 USA
Award #:89503625DSW000007
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFSOUTHWESTERN POWER ADMINISTRATIONTULSA, OK, 74101, 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 Energy's Southwestern Power Administration (SWPA) is seeking proposals for a Liquid Oxygen (LOX) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, specifically set aside for small businesses. The procurement involves the bulk delivery of LOX, which must meet stringent specifications of at least 99.5% oxygen content and a dew point of minus 80 degrees Fahrenheit or lower, to be utilized at the Table Rock Dam Powerhouse. This contract is crucial for maintaining operational efficiency in energy production, with typical annual requirements projected at 545 tons for 2023 and 654 tons for 2024, with deliveries scheduled 1 to 3 times weekly based on environmental and energy demand factors. Interested contractors must submit their proposals by May 28, 2025, at 14:30 CDT, and can direct inquiries to Brooke Butcher at Brooke.butcher@swpa.gov. The total maximum contract value is estimated at $750,000 over three years.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to solicitation number 89503625QSW000182 issued by the U.S. Department of Energy's Southwestern Power Administration, related to a federal procurement. The amendment, designated as Amendment 0002, serves to add Exhibit C: Questions and Answers Version 2, while confirming that the offer due date remains unchanged at May 28, 2025, at 14:30 CDT. The document outlines the procedures for acknowledging receipt of this amendment, emphasizing the importance of timely submission to avoid rejection of offers. It specifies options for acknowledgment, including marking each copy of the offer or submitting separate communication referencing the solicitation. Additionally, it touches on modifications of contracts/orders and requirements for changes to previously submitted offers. The amendment retains the foundational terms and conditions of the original solicitation while incorporating necessary updates to facilitate the procurement process. This document exemplifies federal protocols in managing procurement amendments and ensuring compliance with regulatory standards.
    The document primarily addresses federal government Requests for Proposals (RFPs) and grants across state and local levels. It outlines essential information and strategies relevant to proposal submissions, funding opportunities, and requisite compliance with federal guidelines. Key components include identifying eligible applicants, necessary documentation, application review processes, and evaluation criteria for funding consideration. The file emphasizes the importance of adhering to timelines and the specific requirements tied to various federal programs. It also highlights the pivotal role of structured communication between government agencies and potential grant applicants, fostering transparency and efficiency in the funding process. The document serves as a resource to navigate the complexities of federal grants and RFPs, aiming to assist applicants in effectively securing funding for their projects while maintaining alignment with outlined government objectives and regulations.
    This document is an amendment (0001) to solicitation number 89503625QSW000182, issued by the U.S. Department of Energy’s Southwestern Power Administration. It outlines the requirement for contractors to acknowledge receipt of this amendment in their offers by specific methods before the submission deadline of 05/28/2025 at 1430 CDT. The amendment adds Exhibit C, which contains questions and answers relevant to the solicitation. Additionally, it specifies that any changes to previously submitted offers must be communicated in writing referencing the amendment before the designated submission time. The document emphasizes the importance of compliance with the outlined acknowledgment procedures to avoid rejection of offers. All previous terms and conditions remain unchanged unless noted. This amendment serves as an administrative update and ensures that participants are informed of critical information, thereby facilitating a transparent solicitation process within federal guidelines.
    This document is an amendment (0003) to a solicitation by the U.S. Department of Energy's Southwestern Power Administration, amending contract provisions and submission requirements. The primary changes include the addition of an Exhibit C: Questions and Answers and an update to the price schedule unit of measure from standard cubic feet (ScF) to hundred cubic feet (CCF). Contractors must acknowledge receipt of this amendment before the specified deadline of May 28, 2025, at 14:30 CT. Additionally, offers may be modified prior to this date through electronic communication. The review emphasizes compliance with procurement procedures, ensuring contractors are informed about changes in solicitation terms and maintaining overall contract integrity. The document is structured to provide clear directives on submission and acknowledgment processes, reinforcing the importance of adherence to set timelines. Overall, this amendment ensures transparency in the solicitation process and facilitates an organized approach to contract modifications.
    The document addresses a solicitation for Liquid Oxygen and provides responses to inquiries about annual requirements and standard order sizes. It identifies that the typical annual delivery volume is between 100,000 to 200,000 standard cubic feet, primarily scheduled between July 1st and December 31st. Standard delivery sizes are noted to be in the range of 4,250 to 8,500 gallons (20 to 40 tons), with deliveries occurring 1 to 3 times per week. The frequency of orders is influenced by lake reservoir dissolved oxygen levels, electric energy demand, and energy replacement costs. This information is critical for potential contractors to understand the project's scope and requirements under the federal RFP context.
    The U.S. Department of Energy's Southwestern Power Administration (SWPA) has outlined a Statement of Work for the procurement of Liquid Oxygen (LOX) to be used at the Table Rock Dam Powerhouse. The specifications require LOX to be delivered in bulk, comprising at least 99.5% oxygen, with a dew point of minus 80 degrees Fahrenheit or lower. Delivery will be facilitated to an 80-ton LOX storage facility managed by the U.S. Army Corps of Engineers, with the Corps personnel responsible for accepting and signing for the deliveries. Quantities of LOX requested will vary, ranging from 0 to 40 tons per delivery, with SWPA providing 24 hours’ notice for each request. Deliveries are typically scheduled from Monday to Friday, with potential for evening or weekend requests. Importantly, SWPA will not participate in unloading the LOX; instead, the supplier is entirely responsible for the transportation and transfer of LOX from their trailer to the facility. Authorized SWPA representatives will place delivery requests, emphasizing a structured approach to operational logistics. The document serves as a formal request for proposal (RFP), outlining clear responsibilities and expectations for potential suppliers in the federal procurement process.
    The document outlines Solicitation 89503625QSW000182, which involves a pricing structure for a contract with a maximum total of $750,000 over three years. It details the scheduling of estimated ordering periods, specifically indicating Year 1 from July 1, 2025, to June 30, 2026, with similar periods designated for Year 2 (July 1, 2026 - June 30, 2027) and Year 3 (July 1, 2027 - June 30, 2028). Pricing information for each year is not specified in the document but is integral to the overall proposal. This solicitation serves as an invitation for bids related to a specified service or product delivery within the federal framework, promoting competitive procurement by allowing vendors to submit proposals for the specified timeline and budget limits. The structure ensures clarity in financial planning and contract obligations over the duration of the contract, thereby aligning with the federal government’s accountability and transparency standards in public funding. Overall, this document highlights the fiscal parameters and contracting expectations for potential bidders in response to government RFPs.
    The document is an Experience Data Sheet for a contractor responding to a federal RFP for Liquid Oxygen (LOX) Delivery services. It outlines critical information that the contractor needs to provide, including their previous awarded contract details, total price, service description, and time frame for the project. The contractor is also required to name their customer and provide specific contact details for verification purposes. The document emphasizes the need for a comprehensive narrative detailing the contractor's past project experience related to LOX delivery. Key elements to include are the volume and frequency of delivery, methods used, any special conditions faced, and challenges overcome, underscoring the project’s relevance to the current requirement. This information is intended to demonstrate the contractor's capability and experience in handling similar tasks, which is essential for achieving a successful proposal in the competitive context of government contracts.
    The document pertains to Solicitation 89503625QSW000182, a federal Request for Proposal (RFP) with a total maximum pricing of $750,000.00 over three years. It outlines a pricing structure that includes yearly estimates for a designated service or product under CLIN 00001, referred to as "CCF." The RFP covers three consecutive years, with the first estimated ordering period from July 1, 2025, to June 30, 2026; the second from July 1, 2026, to June 30, 2027; and the third from July 1, 2027, to June 30, 2028. Pricing details for each year remain undefined in this excerpt. The purpose of this RFP is to solicit bids from potential contractors to fulfill the specified services or products within the outlined financial and temporal constraints, thus promoting efficiency and transparency in federal procurement processes.
    The document outlines a series of questions and answers related to a solicitation (89503625QSW000182) for Liquid Oxygen procurement. It specifies that the typical annual requirement spans from July to December, with projected volumes of 545 tons for 2023 and 654 tons for 2024, equating to approximately 100,000 to 200,000 standard cubic feet. Standard delivery sizes range from 4,250 to 8,500 gallons, equivalent to 20 to 40 tons, with deliveries occurring 1 to 3 times weekly based on lake reservoir dissolved oxygen levels and energy demand. It’s noted that the tanks do not have telemetry units and consist of two tanks, each with a capacity of 11,000 gallons. The document emphasizes the procurement's dependence on environmental and economic factors, such as dissolved oxygen levels and energy costs, which are central to the operational needs of the Southwestern Power Administration (SWPA). The information is essential for potential contractors to understand capacity and operational requirements in the bidding process for Liquid Oxygen supply.
    The document pertains to a government Request for Proposal (RFP) regarding the supply of Liquid Oxygen for the Southwestern Power Administration (SWPA). It outlines key operational details such as typical annual requirements, which include 545 tons in 2023 and 654 tons for 2024, primarily for delivery between July 1st and December 31st. Standard delivery sizes are noted to range from 4,250 to 8,500 gallons, occurring 1 to 3 times weekly based on lake oxygen levels and electric energy demands. The tanks used for storage each hold 11,000 gallons, and it was confirmed that they lack telemetry units accessible to the contractor. The billing methodology has shifted to using Compressed Cubic Feet (CCF) as outlined in an updated price schedule. Overall, the document serves to clarify procurement details and logistics for prospective contractors engaged in fulfilling the RFP, ensuring alignment with operational needs and industry standards.
    Similar Opportunities
    Aviator Oxygen Tank Service
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide aviator oxygen tank services for the 342nd Training Squadron at Wright-Patterson Air Force Base, Ohio, and the 344th Training Squadron at JBSA-Lackland, Texas. The procurement involves a Blanket Purchase Agreement (BPA) for the monthly pick-up, processing, refilling, and delivery of high-pressure steel oxygen cylinders, ensuring that the oxygen purity meets or exceeds 99.5%. This service is critical for training Airmen on low-pressure chambers and aircrew equipment, which is essential for managing in-flight situations. Interested small businesses must respond to the Request for Information (RFI) by December 29, 2025, and can direct inquiries to Contract Specialist Andrew Ng at andrew.ng.4@us.af.mil or Contracting Officer Jaison Saavedra at jaison.saavedra@us.af.mil.
    Liquid Argon delivery services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals from small businesses for liquid argon delivery services and microtank leasing. The procurement involves a five-year Blanket Purchase Agreement (BPA) for the provision of a 3000L liquid argon micro bulk tank with a 5K vaporizer, ultra-high purity liquid argon refills, and associated services such as delivery, setup, testing, and HAZMAT charges. This opportunity is critical for ensuring the availability of high-purity liquid argon, which is essential for various defense applications. Interested parties must submit their quotes by December 29, 2025, at 12 PM EST, including company information and a CAGE code, to the primary contact, Steven Besanko, at steven.besanko@navy.mil. The total ceiling price for this BPA is set at $349,999.
    FD2030-25-01726
    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 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
    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.
    Management of Government-Owned Contractor-Operated (GOCO) retail fuel facilities at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, Whiteman AFB, MO.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is seeking small business sources to provide fuel management services at Government-Owned Contractor-Operated (GOCO) retail fuel facilities located at Altus AFB, OK, Dyess AFB, TX, McConnell AFB, KS, Scott AFB, IL, Offutt AFB, NE, and Whiteman AFB, MO. The selected contractors will be responsible for operating and maintaining these facilities, which includes managing the receipt, storage, issuance, and quality control of petroleum products, as well as maintaining the associated infrastructure. This procurement is significant for ensuring the efficient operation of military fuel supply chains, with the intention to award multiple firm-fixed price contracts for a base period of four years, starting November 1, 2026, and potentially extending for an additional five years. Interested parties must submit their responses by December 26, 2025, to the designated contacts, Joel McKinney and Gordon Braxton, via email, and are encouraged to register in the System for Award Management (SAM) and Wide Area Workflow (WAWF) prior to submission.
    3.22 COG 2 Northeastern United States
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for fuel delivery services under the 3.22 COG 2 Northeastern United States program, specifically targeting small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement involves supplying various fuel types, including gasoline, diesel, and marine gas oil, to federal and state facilities across Connecticut, Massachusetts, Maine, New Hampshire, and New Jersey, with a performance period from April 1, 2026, to March 31, 2029. This contract is crucial for ensuring reliable fuel supply to military and government operations, with specific delivery requirements and environmental compliance standards outlined in the solicitation documents. Interested vendors must submit their proposals by January 15, 2026, at 12:00 PM EST, and can direct inquiries to COG 2 at 2026COG2Solicitation@dla.mil or Kandace Wright at kandace.wright@dla.mil.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    N64498-22-R-4002 Automated Electrolytic Oxygen Generator Services
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking to award a sole source Indefinite-Delivery Indefinite-Quantity (IDIQ) contract to Treadwell Corporation for Automated Electrolytic Oxygen Generator Services. This contract will support the Model 6L16 Electrolytic Oxygen Generator (EOG), Automated Electrolytic Oxygen Generator (AEOG), Low Pressure Electrolyzer (LPE), and their respective simulators, which are critical for training aboard various classes of submarines and associated training facilities. The services provided under this contract are vital for maintaining operational readiness and training effectiveness within the Navy's submarine fleet. Interested parties can reach out to John N. LaMotta at john.lamotta@navy.mil or Gregory F. Kaiser at gregory.kaiser@navy.mil for further details regarding this opportunity.
    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.
    NASA Agency-wide Acquisition of Nitrogen and Oxygen (NANO) 4 – 2025 Opt-In
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Agency-wide Acquisition of Nitrogen and Oxygen (NANO) 4 opt-in opportunity, aimed at supplying liquid nitrogen and liquid oxygen to support operations at various NASA centers across the United States. This procurement is critical for current and future aerospace flight, simulation, research, development, and testing operations, with the contract's ordering period valid through June 30, 2029. Interested contractors, including new entrants and current NANO-4 contractors, must submit a Capability Form detailing their production and distribution capabilities by January 30, 2026, with questions directed to Kristal Kerr and Justin Ko via email. The opportunity is part of a larger initiative that has already awarded contracts to six companies, and it encourages participation from new suppliers to enhance competition and capability in the supply chain.