Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2025 SAM #8746
SOLICITATION NOTICE

68 -- Synopsis for Various U.S. Midwest Region Location Part 1

Notice Date
11/4/2025 9:46:05 AM
 
Notice Type
Presolicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
DLA ENERGY AEROSPACE ENRGY-DLAE-M JBSA LACKLAND TX 78236 USA
 
ZIP Code
78236
 
Solicitation Number
SPE60126RMWST
 
Response Due
11/19/2025 12:00:00 PM
 
Archive Date
12/03/2025
 
Point of Contact
Matthew Simkovsky, Leno Smith
 
E-Mail Address
matthew.simkovsky@dla.mil, leno.smith@dla.mil
(matthew.simkovsky@dla.mil, leno.smith@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SYNOPSIS FOR VARIOUS U.S. MIDWEST REGION LOCATIONS (PPN 9.1C) PART 1 SOLICITATION: SPE601-26-R-MWST DOCUMENT TYPE: PRE-SOLICITATION NOTICE OFFICE ADDRESS: Defense Logistics Agency Energy, Aerospace Business Unit (DLA Energy-FEM), ATTN: Shanise Mingledolph, 1525 Wurtsmith Street, BLDG 5730, San Antonio, Texas 78226 CLASSIFICATION CODE: 68 - Chemicals and Chemical Products 91 - Fuels, Lubricants, Oils, and Waxes NAICS CODE: 325120 FSC CODE: 6830 & 9135 POC: Matthew Simkovsky, Contract Specialist, email: matthew.simkovsky@dla.mil Leno Smith, Contracting Officer, email: leno.smith@dla.mil INTRODUCTION: This pre-solicitation notice is issued by the Defense Logistics Agency (DLA) Energy-FEM- San Antonio, Texas. This is NOT a solicitation for proposal. No awards will be made from the responses to this announcement. The Defense Logistics Agency (DLA) Aerospace Energy Business Unit, as the Department of Defense (DoD) Integrated Materiel Manager (IMM) for Aerospace Energy products and related services, intends to issue a Request for Proposal (RFP) on a full and open competitive basis. This requirement has a need for (a) Aviator Breathing Oxygen, Type II, NSN 6830-01-644-2463; (b) Liquid Argon, Type II, Grade A, NSN 9135-01-649-5576; (c) Nitrogen Propellant Pressurizing Agent, Type II, Grade B, NSN 9135-01-665-3253; (d) Liquid Nitrogen, Type II, Grade Q, 99.999%, NSN 6830-01-666-3659; (e) Technical Nitrogen, Type II, Grade B, NSN 6830-01-644-2557; (f) Oxygen Propellant, Type II, Grade A, NSN 9135-01-665-3259; (g) Liquid Nitrogen, Type II, Grade L, NSN 6830-01-666-3681, and related services along with personnel, materials, supplies, management, engineering, tools, equipment, services, and labor necessary for accomplishing these requirements within various U.S. Midwest Region locations, with product delivery into government and contractor owned tanks. The Contractor shall provide all products, supplies, management, tools, equipment, and labor necessary on an F.O.B. Destination basis. Period of performance is 1 July 2026 to 30 June 2031. Offerors must be able to provide the Aviator Breathing Oxygen, Liquid Argon, Oxygen Propellant, Nitrogen Propellant Pressurizing Agent, Technical Nitrogen, and Liquid Nitrogen (Grade L and Grade Q) products in support of the DLA Energy customers at the following locations: (a) White Sands Missile Range, NM; (b) Altus Air Force Base, OK; (c) Buckley Army National Guard Base, CO; (d) Cannon Air Force Base, NM; (e) Kirtland AFB, NM; (f) Little Rock AFB, AR; (g) Montana Army National Guard Base, MT; (h) Peterson Air Force Base, CO; (i) Sioux City Army National Guard Base, IA; (j) St. Paul Army National Guard Base, MN; (k) Tinker AFB, OK; (l) Tulsa Army National Guard, OK; and (m) Vance Air Force Base, OK. This requirement will be competed amongst all suppliers who can offer these products. As stated under Federal Acquisition Regulation (FAR) 6.302-1(b)(1)(i), statutory authority for this contracting action is 41 U.S.C.�3304(a)(1). The head of an agency may use procedures other than competitive procedures when there is a reasonable basis to conclude that the agency�s minimum needs can be satisfied by only one supplier with unique capabilities to meet the entire requirement. The Government intends to award a Firm Fixed-Price Type Requirements Contract with a five-year period of performance using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items procedures. Subject solicitation will be issued on or about 29 December 2025. Award for this requirement will be made to the Offeror determined to be the Best Value to the Government, using Lowest Price Technically Acceptable Source Selection Procedures. For additional information and/or to communicate concerns, please contact Matthew Simkovsky at matthew.simkovsky@dla.mil or Leno Smith at leno.smith@dla.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6176f94373804007b0617f1bfcd714d2/view)
 
Place of Performance
Address: JBSA Lackland, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN07635051-F 20251106/251104230036 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.