MODIFICATION
68 -- Solicitation for Various U.S. Midwest Region Location Part 1
- Notice Date
- 1/6/2026 7:08:35 AM
- Notice Type
- Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- DLA ENERGY AEROSPACE ENRGY-DLAE-M JBSA LACKLAND TX 78236 USA
- ZIP Code
- 78236
- Solicitation Number
- SPE60126R0304
- Response Due
- 2/16/2026 1:00:00 PM
- Archive Date
- 03/16/2026
- 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
- SOLICITATION VARIOUS MIDWEST REGION LOCATIONS PART 1 SOLICITATION: SPE601-26-R-0304 DOCUMENT TYPE: SOLICIATION NOTICE OFFICE ADDRESS: Defense Logistics Agency Energy Aerospace Business Unit (DLA Energy-FEM) ATTN: Matthew Simkovsky 1525 Wurtsmith Street, BLDG 5730 San Antonio, Texas 78226 NAICS CODE: 325120 - Industrial Gas Manufacturing CLASSIFICATION CODE: 68-Chemicals and Chemical Products and 91 - Fuels, Lubricants, Oils, and Waxes FSC CODE: 6830 - Gases: Compressed and Liquefied and 9135 - Liquid Propellant Fuels and Oxidizers, Chemical Base POC: Matthew Simkovsky, Contract Specialist, EMAIL: Matthew.Simkovsky@dla.mil Leno Smith, Contracting Officer, EMAIL: Leno.Smith@dla.mil INTRODUCTION: This solicitation notice issued by the Defense Logistics Agency (DLA) Energy-FEM- San Antonio, Texas. SCOPE OF REQUIREMENTS: The Defense Logistics Agency Energy (DLA Energy), as the Department of Defense (DOD) Integrated Material Manager (IMM) for Aerospace Energy products and related services, requires delivery of the following: Product(s): Aviator Breathing Oxygen, Type II, NSN 6830-01-644-2463 meeting the requirement of MIL-PRF-27210J or the most current version Liquid Argon, Type II, Grade A, NSN 9135-01-649-5576 meeting the requirement of MIL-PRF-27415D or the most current version Nitrogen Propellant Pressurizing Agent, Type II, Grade B, NSN 9135-01-665-3253, meeting the requirements of MIL-PRF-27401H or the most current version Liquid Nitrogen, Type II, Grade Q, 99.999%, NSN 6830-01-666-3659, meeting the requirement of CGA G-10.1 or the most current version Technical Nitrogen, Type II, Grade B, NSN 6830-01-644-2557, meeting the requirement of CID A-A-59503D or the most current version Oxygen Propellant, Type II, Grade A, NSN 9135-01-665-3259, meeting the requirement of MIL-PRF-25508J or the most current version Liquid Nitrogen, Type II, Grade L, NSN 6830-01-666-3681, meeting the requirement of CGA G-10.1 or the most current version Related non-recurring Services: Expedited/Emergency Delivery (EA) � SE0000176 or SE0000177 Detention Fee (EA) � SE0000178 or SE0000179 Fill Line Restriction Orifice (EA) - SE0000180 or SE0000181 Tank Hot Fill (EA) - SE0000182 or SE0000183 Tank Usage Fee (EA) - SE0000171 or SE0000172 Installation of Equipment (EA) - SE0000162 or SE0000174 Removal of Equipment (EA) - SE0000163 or SE0000175 Equipment Usage Fee (EA) - SE0000223 or SE0000224 Equipment Usage Fee with Telemetry (EA) - SE0000224 Locations: Sioux City Army National Guard (ANG), Iowa Tinker Air Force Base (AFB), Oklahoma (5 locations) Peterson AFB, Colorado Montana ANG, Montana St Paul ANG, Minnesota Vance AFB, Oklahoma White Sands Missile Range, New Mexico Cannon AFB, New Mexico Altus AFB, Oklahoma Buckley ANG, Colorado Little Rock AFB, Arkansas Kirtland AFB, New Mexico Tulsa ANG, Oklahoma The contractor shall provide all product, materials, supplies, management, tools, equipment, transportation, and labor necessary for the delivery of the requested product F.O.B. Destination to various Midwest Region locations. The period of performance is 1 January 2026 to 30 September 2027. Offers must be able to provide the various products in support to the DLA Energy customer, but 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. SUBMISSION INSTRUCTIONS: The Government intends to award a Firm Fixed-Price Type Requirements Contract with a twenty-one (21) month period of performance using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items procedures. Offers should be submitted per the solicitation no later than 6 February 2026 at 3pm Central Time (CT). For additional information and/or to communicate concerns, please contact Matthew.Simkovsky@dla.mil or Leno.Smith@dla.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5f8ea1ebc5d542a88b624324255dec96/view)
- Place of Performance
- Address: JBSA Lackland, TX 78236, USA
- Zip Code: 78236
- Country: USA
- Zip Code: 78236
- Record
- SN07678108-F 20260108/260106230031 (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 |