Closed Solicitation · DEPT OF DEFENSE

    SYNOPSIS FOR VARIOUS U.S. MIDWEST REGION LOCATION PART 1

    Sol. SPE60126RMWSTPresolicitationSAN ANTONIO, TX
    Closed
    STATUS
    Closed
    closed Nov 19, 2025
    POSTED
    Nov 4, 2025
    Publication date
    NAICS CODE
    325120
    Primary industry classification
    PSC CODE
    6830
    Product & service classification

    AI Summary

    The Defense Logistics Agency intends to issue a Request for Proposal for various aerospace energy products, including aviator breathing oxygen and liquid nitrogen, to be delivered to multiple U.S. Midwest locations. The contract will be a Firm Fixed-Price Type Requirements Contract with a performance period from July 2026 to June 2031. The solicitation is expected to be issued around December 29, 2025.

    Contract details

    Solicitation No.
    SPE60126RMWST
    Notice Type
    Presolicitation
    Posted Date
    November 4, 2025
    Response Deadline
    November 19, 2025
    NAICS Code
    325120AI guide
    PSC / Class Code
    6830
    Primary Contact
    Matthew Simkovsky
    State
    TX
    ZIP Code
    78236
    AI Product/Service
    both

    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. 

    Key dates

    1. November 4, 2025Posted Date
    2. November 19, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SYNOPSIS FOR VARIOUS U.S. MIDWEST REGION LOCATION PART 1 is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.