MODIFICATION
68 -- Aviator Breathing Oxygen (ABO) and Liquid Nitrogen (LNB) for Various Locations in the U.S West Region (9.1D)
- Notice Date
- 10/8/2025 10:59:08 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- DLA ENERGY AEROSPACE ENRGY-DLAE-M JBSA LACKLAND TX 78236 USA
- ZIP Code
- 78236
- Solicitation Number
- SPE601-26-R-0301
- Response Due
- 11/25/2025 1:00:00 PM
- Archive Date
- 12/10/2025
- Point of Contact
- KELLEY MAULDIN, Phone: 2103838874, Abena Boateng, Phone: 7262174638
- E-Mail Address
-
kelley.mauldin@dla.mil, abena.boateng@dla.mil
(kelley.mauldin@dla.mil, abena.boateng@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- NOTICE TO OFFERORS: 1. The Defense Logistics Agency Energy (DLA) Energy Aerospace Business Unit, as the Department of Defense (DOD) Integrated Materiel Manager (IMM) for Aerospace Energy products and related services has a five (5) year requirement for delivery of Aviator Breathing Oxygen (ABO), Type II, NSN 6830-01-644-2463, and Liquid Nitrogen (LNB), Type II, Grade B, NSN 6830-01-644-2557 to multiple locations in the U.S. West Region (PPN: 9.1D) into Contractor-provided tanks and/or Government-owned tanks. Product(s): Aviator Breathing Oxygen, ABO, (NSN: 6830-01-644-2463) Type II, shall meet the requirements of the most current version of MIL-PRF-27210J, dated 07-Aug-2013. Liquid Nitrogen, LNB, (NSN: 6830-01-644-2557), Type II, Grade B, shall meet the requirements of the most current version of Commercial Item Description A-A-59503E dated 4 June 2025. Related Non-recurring Services: 1. Expedited/Emergency Delivery � SE0000176 2. Detention Fee � SE0000178 3. Fill Line Restriction Orifice � SE0000180 4. Tank Hot Fill � SE0000182 5. Tank Usage Fee �SE0000171 6. Installation of Equipment � SE0000174 7. Removal of Equipment � SE0000175 Please note that Service CLINs will differ by location. The requirement is for an estimated quantity of 1,975,000 UG6 for Aviator Breathing Oxygen and 552,000 UG6 for Liquid Nitrogen. Period of Performance is from 01 July 2026 to 30 June 2031. The Government shall have the right to extend the 5-year period of this contract for a maximum of 6 months. The contractor shall provide all product, materials, supplies, management, tools, equipment, transportation, and labor necessary for the delivery of the requested product delivery F.O.B. Destination to the following sixteen (16) U.S. West Region customers: 1. Creech AFB, NV 2. Davis Monthan AFB, AZ 3. Eielson AFB, AK 4. Elmendorf AFB, AK 5. Gowen Field, ID 6. Hill AFB, UT 7. Kingsley Field ANG, OR 8. Luke AFB, AZ 9. MCAS Yuma, AZ 10. McChord AFB, WA 11. NAS Fallon, NV 12. Nellis AFB, NV 13. Nevada ANG, NV 14. Portland ANG, OR 15. Tonopah Testing Range, NV 16. Tucson ANG, AZ 2. TYPE OF CONTRACT. The Government intends to award a Firm-Fixed Price Requirements type contract using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Products and Commercial Services and FAR Part 15, Contracting by Negotiation, as applicable. Award will be made to the offer determined the Best Value to the Government, price and other factors considered, using the Lowest Price Technically Acceptable Source Selection Process in accordance with FAR 15.101-2. The offeror is encouraged to submit their best and final offer, the Government reserves the right to award without discussions or negotiations. Single award of each CLIN is anticipated. Services CLIN(s) will only be awarded with the Product CLIN and customer that it supports.. 3. CLAUSE & PROVISION REFERENCES. The clauses and provisions shown throughout this solicitation and any resultant contract(s) that have only clause/provision number, title, and date, and as such, are not shown in full text, are hereby considered to be incorporated by reference in accordance with FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE or FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE, as applicable. 4. SUBMISSION REQUIREMENTS. The offeror must comply with the requirements listed in attachment, �A1_REQUIREMENTS�, instructions for submitting offers, �ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES�. All offers will be evaluated in accordance with �ADDENDUM TO 52.212-2 EVALUATION � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES�. All proposals MUST consist of a Price Proposal and Technical Proposal to be considered for award. When a technical proposal is required, two (2) non-cost factors will be evaluated: 1) Technical Capability and 2) Past Performance. The following information and documents MUST be submitted: a. REPRESENTATIONS & CERTIFICATIONS. Complete all Solicitation Fill-Ins for Contractor Information, Representations and Certifications in Standard Form 1449, �Solicitation/Contract/Order for Commercial Items� and Continuation Pages. b. AUTHORIZED NEGOTIATORS. List point of contact(s) authorized to negotiate, see page 14 of attachment �A1_REQUIREMENTS�, section AUTHORIZED NEGOTIATORS. c. PRICE PROPOSAL & TECHNICAL PROPOSAL INSTRUCTIONS. Submit Price Proposal and Technical Proposal requirements, see pages 7 through 12 of attachment �A1_REQUIREMENTS�, section �ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES�. d. TECHNICAL CAPABILITY DATA SHEET. Provide Technical Capability information for each product offered, see pages 1 through 5 of attachment �A2_TECHNICAL CAPABILITY DATA SHEET�. e. CONTRACTOR PERFORMANCE DATA SHEET. Provide Past Performance information, see page 1 of attachment �A3_CONTRACTOR PERFORMANCE DATA SHEET�. f. DLA FORM 1889. Complete DLA Form 1889, ""SUPPLEMENTAL QUALITY ASSURANCE PROVISION (SQAP) E33.10 MANUFACTURING & FILLING POINTS"", see attachment �A4_QAPs (QUALITY ASSURANCE PROVISIONS)�. The manufacturing point/filling point MUST be provided, so that DLA Energy Aerospace can conduct a Pre-Award Survey of the plant where the product will be manufactured. PLEASE SUBMIT POINT OF CONTACT INFORMATION FOR THE MANUFACTURING FILL-POINT: MANUFACTURER/ COMPANY NAME, ADDRESS, TELEPHONE AND NAME OF PLANT MANAGER. g. LETTER OF COMMITMENT. Submit a Letter of Commitment (LOC) if the offeror is not the manufacturer of the product. The offeror shall provide a written supply commitment letter from the owner of the fill-plant or production facility from where the product will be obtained. h. CERTIFICATE OF ANALYIS. Submit a Certificate of Analysis (COA) from the manufacturer for each product offered. i. PRICE FORM. Submit Pricing for products and service CLINs offered, see attached spreadsheet �A6_PRICE FORM�. j. SMALL BUSINESS SUBCONTRACTING PLAN. Submit a Small Business Subcontracting Plan, if the offeror doesn�t already have an active/current plan within the last year on file with DLA Energy Aerospace. See page 11 of attachment �A1_REQUIREMENTS� and reference FAR Clause 52.219-9 Small Business Subcontracting Plan. 5. TAXES AND FEES: Offerors shall not include in their offer prices: prices of a subcontractor or any taxes from which the United States Government is exempt. 6. EXCEPTIONS: Offerors are advised of the possibility that their proposals may be found unacceptable if exceptions are taken to the solicitation requirements. Clarification of Government requirements should be requested by the Offeror by submitting questions and/or recommended changes no later than 10 calendar days after issuance of the solicitation. All exceptions to the solicitation requirements (including the SOO) and supporting rationale shall be identified as such and consolidated into an overview section of that exception. An overview section is only required if the Offeror takes exception to any requirement in the solicitation. The overview section will not be included in the page count. Exception(s) to solicitation requirements may require the Government to amend the solicitation to reflect requirement change(s). If the Offeror takes no exception to the stated requirements, a statement to this effect shall be included in the respective section. 7. PRE-AWARD SURVEY: The Contracting Officer may request that the DLA Energy Region Quality Assurance Representative (QAR) perform a Pre-award Survey (PAS) in accordance with FAR Part 9.106-1. If requested, the offeror and its employees, including those at the fill point and/or production facility, shall be required to participate full in the PAS process. Offerors must provide the completed DLA FORM 1889-E33.10 Manufacturing & Filing Points, Letter of Commitment (LOC) (if applicable) and Certificate of Analysis (COA) for each product to conduct the Pre-Award Survey. PROPOSALS MUST INCLUDE A DLA FORM 1889, LOC, AND COA TO BE CONSIDERED FOR AWARD. The DLA Energy Contracting Officer will discuss any recommendation(s) by the QAR, for a PAS that results on an �other than Full Award,� recommendation with the offeror during negotiations. This will allow the offeror an opportunity to respond or otherwise provide information in its Final Proposal Revision as to how the offeror intends to correct the issue(s) and/or QAR concern(s) that led to an �other than Full Award,� recommendation. 8. QUESTION AND ANSWER (Q&A) PERIOD: To encourage maximum participation on ALL line items of the SF 1449, a Q&A period has been established from the issue date of Solicitation SPE601-26-R-0301 to 3 November 2025 by 3:00 PM Central Daylight Time (CDT). All potential offerors are advised to ask any and as many questions as necessary to gain a clear understanding of the requirements for submission of their proposal. No further questions will be accepted after the closing date/time. All questions should be emailed to shanise.mingledolph@dla.mil, and kelley.mauldin@dla.mil. Answers to questions received by the closing date will be consolidated and provided via an official amendment to the solicitation and posted in https://sam.gov/, if applicable. Extensions of the closing date to an open solicitation are at the sole discretion of the Contracting Officer and will be issued via an amendment, if applicable. 9. ALL OFFERS MUST BE RECEIVED NLT 25 November 2025 by 3:00 PM Central Daylight Time (CDT). All responsible sources may submit a proposal which will be considered by the agency. All potential offerors are advised to check https://sam.gov frequently for any solicitation amendments (updates) and are reminded that they shall acknowledge in their prospective submitted proposals by completing the solicitation (SF1449 blocks 17a & 30a-30c) and amendment(s) (SF30 blocks 8 & 15a-15c), and submit to DLA Energy by email to abena.boateng@dla.mil and kelley.mauldin@dla.mil, prior to the solicitation closing date/time. Only emailed requests for the solicitation received directly from the requestor are acceptable. Any offer received after the closing date/time will be considered �Late� and will be handled in accordance with FAR 52.212-1(f). 10. AWARD WITHOUT DISCUSSIONS: Offerors are directed to paragraph (g) of FAR 52.212-1, INSTRUCTIONS TO OFFERORS. While the Government intends to evaluate proposals in accordance with ADDENDUM TO FAR 52.212-2 EVALUATION � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES, Lowest Price Technically Acceptable Source Selection Process and award a contract (s) without discussion, it reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Therefore, those participating are advised to submit their best prices with their initial offer. If the Contracting Officer determines that discussions are necessary, the Government will then evaluate proposals and award a contract after conducting discussions with the Offeror(s) whose proposal has been determined to be within the competitive range. 11. PLACING ORDERS: The Contractor shall use the DLA INTERNET BID BOARD SYSTEM (DIBBS) to receive orders. Contractors must register in DIBBS to obtain a login account at https://www.dibbs.bsm.dla.mil/. The login account will allow a contractor to register a primary and alternate email address for notifications. All contractors must have an active System for Award Management (SAM) account in https://sam.gov/ to register for DIBBS. 12. POINTS OF CONTACT: For any clarification, explanation, or additional information about this solicitation, please contact Abena Boateng, Contract Specialist via email at abena.boateng@dla.mil, Shanise Mingledolph via email at shanise.mingledolph@dla.mil, and Kelley Mauldin, Contracting Officer via email at kelley.mauldin@dla.mil. 13. SMALL BUSINESS: For questions regarding Small Business or Small Disadvantage Business, affairs should be addressed to the DLA Energy Small Business Office via email at dla.energy.osbp@dla.mil or phone at (571) 767-9732. 14. SITE VISIT: (a) It is the responsibility of the offerors to inspect the site where supplies are to be delivered and/or services are to be performed and to obtain all available information about the site necessary to satisfy themselves about general and local conditions that may affect delivery as well as cost of contract performance, to the extent that the information is reasonably obtainable. Offerors are responsible for any costs incurred for any site inspection and for obtaining information. (b) In no event shall failure to inspect the site constitute grounds for a claim after contract award. (c) Offerors who are interested in a site inspection should not contact the customer(s) directly, but forward such request(s), in writing, directly to the Contracting Officer, Kelley Mauldin, at kelley.mauldin@dla.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2aeb6aa9ff384071ba108db419137b3b/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07614464-F 20251010/251008230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |