Skip to content
Department of Defense

Air Gases

Solicitation: H9224026I0003
Notice ID: 460ca14bec28425082c19369f60c97bc

Sources Sought from US SPECIAL OPERATIONS COMMAND (USSOCOM) • DEPT OF DEFENSE. Place of performance: VA. Response deadline: May 06, 2026. Industry: NAICS 325120 • PSC 6830.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: H9224026I0003. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 325120 (last 12 months), benchmarked to sector 32.

12-month awarded value
$518,895,480
Sector total $11,797,582,328 • Share 4.4%
Live
Median
$0
P10–P90
$0$0
Volatility
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
4.4%
share
Momentum (last 3 vs prior 3 buckets)
-33%(-$103,885,946)
Deal sizing
$0 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for VA
Live POP
Place of performance
Virginia Beach, Virginia • United States
State: VA
Contracting office
San Diego, CA • 92155-5583 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
VA20260001 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Virginia • Accomack, Albemarle, Alleghany +89
Rate
and over: Tug Boats) CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
+43 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 43 more rate previews.
Davis-BaconBest fitstate match
VA20260001 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Accomack, Albemarle, Alleghany +89
Rate
and over: Tug Boats) CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+42 more occupation rates in this WD
Davis-Baconstate match
VA20260176 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Gloucester, Mathews
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260010 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Brunswick, Charlotte, Cumberland +7
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD
Davis-Baconstate match
VA20260002 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Halifax
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD

Point of Contact

Name
Emily Lonigro
Email
emily.lonigro@socom.mil
Phone
6194159286

Agency & Office

Department
DEPT OF DEFENSE
Agency
US SPECIAL OPERATIONS COMMAND (USSOCOM)
Subagency
NAVAL SPECIAL WARFARE COMMAND
Office
Not available
Contracting Office Address
San Diego, CA
92155-5583 USA

More in NAICS 325120

Description

1. Introduction:

The Government is conducting market research to determine industries capability and interest in providing various air gases in Virginia Beach, VA as specified below. This notice is intended to identify potential Vendors capable of fulfilling these requirements and to gather information for future procurement actions.

2. Background:

The anticipated requirement includes the procurement, refilling, and maintenance of specific compressed gases necessary for operations. Vendors must comply with military and commercial specifications outlined herein.

3. Gases:

The following gases:

- 3.1.1. Aviator’s Breathing Oxygen (MIL-PRF-27210J)

- 3.1.2. Helium Oxygen Mix (MIL-PRF-27407E & MIL-PRF-27210J)

- 3.1.3. Nitrogen (A-A-59155)

- 3.1.4. Argon (MIL-DTL-18455D)

- 3.1.5. Acetylene Technical Grade (BB-A-106E)

- 3.1.6. Geotech Mixed Calibration Gas

- 3.1.7. TVA Mixed Calibration Gas

- 3.1.8. Hydrogen (Ultra-High Purity Grade)

- 3.1.9. Nitrox Mixed 60/40 (60% Nitrogen A-A-59155 & 40% Oxygen MIL-PRF-27210J)

- 3.1.10. Nitrox Mixed 50/50 (50% Nitrogen A-A-59155 & 50% Oxygen MIL-PRF-27210J)

4. Requirements:

Vendors must be capable of providing the following:

- 4.1. Gas refills of the required gases to the specified military and commercial standards.

- 4.2. All necessary certification paperwork accompanying the gases.

- 4.3. Refilling of cylinders within a turnaround time of one week.

- 4.4. Pickup of empty containers and return of filled containers within one week; a “one for one” swap of cylinders is acceptable.

- 4.5. Maintenance and testing of compressed gas cylinders.

- 4.6. Maintenance of 16 cylinders of Aviator’s Breathing Oxygen, Helium-Oxygen Mix (88/12), and Nitrox (60/40) at the Portsmouth facility for swap purposes.

- 4.7. Disposal of condemned compressed gas cylinders in accordance with applicable regulations.

5. Response Instructions:

Interested parties are invited to respond to this sources sought notice by submitting a capabilities statement that includes:

- Company name, address, and contact information.

- UEI number and CAGE code.

- Is your company a small business under NAICS 325120.

- To assess Vendor capabilities and readiness to execute the requirements, please include responses to the following questions with your capabilities statement:

  1. 1. Experience: What is your experience in supplying and maintaining the specified gases? Please provide examples of similar contracts you have fulfilled.
  2. Certifications: Can you provide copies of all relevant certifications associated with the gases you will supply?
  3. Turnaround Time: How do you ensure the one-week turnaround time for refilling and delivering gas cylinders? What processes do you have in place for efficiency?
  4. Cylinder Maintenance: What procedures do you follow for the maintenance and testing of compressed gas cylinders? Can you provide documentation of these processes?
  5. Logistics: Describe your logistics plan for the pickup and delivery of gas cylinders. How do you handle scheduling and coordination?
  6. Cylinder Policy: How does providing the cylinders work? Can you fill existing Government-owned tanks, or are we required to use your company’s tanks only? Please describe any fees associated with the damage, loss, or rental of cylinders.
  7. Facilities: Do you have the capacity to maintain the specified number of cylinders at the Portsmouth facility? If so, please detail your storage and handling capabilities.
  8. Disposal Procedures: What are your procedures for the disposal of condemned compressed gas cylinders? How do you ensure compliance with regulatory requirements?
  9. Customer Support: What customer support do you offer during and after the procurement process? How can clients reach you for assistance?

7. Disclaimer:

Information provided shall be treated as Business Sensitive or Confidential to the responder, exempt from public release under the Freedom of Information Act.  All information shall be provided free of charge to the Government.  The Government may request further information regarding the capabilities of respondents to meet the requirements set forth in the announcement.  This sources sought announcement is released in accordance with FAR 5.101 and FAR Part 10. This sources sought announcement is not a request for proposal.  The purpose of this sources sought announcement is to gather information from the marketplace and for is for information purposes and to identify potential sources. Information provided in response to this sources sought announcement will not be considered an offer by the responding contractor and cannot be accepted by the Government to form a binding contract. Nor does not constitute an Invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government of any kind.

8. Point of Contact:

Responses must be submitted by no later than 1000 ET on 06 May 2026. Please send your responses via email to Emily.lonigro@socom.mil.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.