Compressed Industrial, High Purity, Specialty Gases IDIQ
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Mar 02, 2026. Industry: NAICS 325120 • PSC 6830.
Market snapshot
Awarded-market signal for NAICS 325120 (last 12 months), benchmarked to sector 32.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 325120
Description
The Army Contracting Command–Aberdeen Proving Ground (ACC-APG), Installation and Technology Division, Aberdeen Proving Ground, Maryland, is issuing this Sources Sought Notice to conduct additional market research and assess industry capability to meet the Army’s requirement for Compressed Industrial, High-Purity, and Specialty Gases. The purpose of this notice is to identify qualified and interested vendors with the technical expertise, production capacity, and distribution resources necessary to support Army-wide demand for these gases across multiple locations and mission sets.
Based on the responses received from this Sources Sought Notice and the results of the Government’s ongoing market research, the requirement may be set aside for small business sole source concerns or solicited under full and open competition. The applicable North American Industry Classification System (NAICS) code for this effort is 325120 – Industrial Gas Manufacturing. At this time, the Government anticipates pursuing a competitive acquisition strategy unless market research findings support the use of a small business set-aside sole source or otherwise indicate a more appropriate procurement approach.
Telephone inquiries will not be accepted or acknowledged. The Government will not provide feedback, evaluations, or debriefs to respondents regarding the information submitted in response to this Sources Sought Notice.
DISCLAIMER
This Sources Sought Notice is Issued for Informational and Planning Purposes Only. This is not a Request for Proposal (RFP), Request for Quotation (RFQ), or Invitation for Bid (IFB). This notice does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses submitted in any form do not constitute offers, and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to reimburse industry for the preparation or submission of responses to this notice. All information provided by respondents is strictly voluntary. Submissions will not be returned.
Submission of a response to this notice does not preclude participation in any future Request for Proposal (RFP), if one is issued. Should a solicitation be released, it will be synopsized on the Government-wide Point of Entry (GPE). It is the responsibility of all potential offerors to monitor the GPE for updates, amendments, or additional information related to this requirement.
PROGRAM BACKGROUND
The U.S. Army Contracting Command–Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, Maryland, is seeking a qualified contractor to provide Compressed Industrial, High-Purity, and Specialty Gases in support of Army missions at Aberdeen Proving Ground and additional locations throughout the Continental United States (CONUS), Alaska, and Hawaii. These gases will be utilized in the operation of analytical laboratory instrumentation, including but not limited to mass spectrometers, gas and liquid chromatographs, flame ionization detectors, photometric detectors, and military-specific monitoring systems. The Contractor shall provide timely delivery of the Government’s requested supply of Compressed Industrial, High- Purity, and Specialty Gases to include Gas Handling, Delivery, Rental, Hardware, and Accessories.
This requirement supports a highly skilled technical workforce engaged in environmental monitoring and the detection of hazardous materials, toxic chemicals, and warfare agent releases across various media. The Army anticipates awarding a Firm-Fixed-Price (FFP), Single-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The ordering period will consist of five (5) consecutive 12-month ordering periods, followed by one (1) six-month extension, for a total potential ordering period of five and one-half (5.5) years. Task/Delivery orders will be issued under the resulting IDIQ contract.
The estimated ceiling value for this requirement is not to exceed $2,058,554.00. The contractor shall be responsible for supplying all gases as specified in the Required Gas List and must possess the logistical capability to support all designated delivery locations in accordance with the Statement of Work (SOW).
ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
A draft Statement of Work (SOW) is attached for review. (Attachment 1).
Interested parties are requested to submit a Capability Statement not to exceed ten (10) pages in length, formatted in Arial font no smaller than 10-point. It shall be submitted in either Microsoft Word or Portable Document Format (PDF). Responses to this notice must be received no later than 12:00 p.m. Eastern Standard Time on Monday, 02 March 2026. All submissions in response to this Sources Sought Notice shall be transmitted via email to Ms. Tiffany D. White, Contract Specialist, at tiffany.d.white23.civ@army.mil and copy Contracting Officer, Birgit M. Jones, at birgit.m.jones.civ@army.mil.
This documentation must address at a minimum the following items:
1) Can you supply all the gases on our required list?
2) What is your supply capacity for each of the required gases?
3) Do you have a backup supply in case of an interruption?
4) Can you support all delivery locations provided in the draft Statement of Work (SOW)?
5) What are your standard delivery times?
6) Can or has your company managed a contract of this magnitude or nature? If so, please provide details.
7) Will there be extra charges if our usage goes significantly above or below the usual level?
8) What are your safety procedures for handling and transporting gases?
9) Are your delivery personnel trained and certified for handling the specific gases we require?
10) What are your quality control measures to ensure gas purity and consistency?
11) Do you provide Safety Data Sheets (SDS) for all gases supplied?
12) Do you intend to use subcontractors for any portion of the supply and services required under this contract? Identify any anticipated level of subcontracting or teaming arrangements and your subcontractor's or teaming partner's capability to meet the requirements identified in this Sources Sought Notice. What percentage of this requirement do you plan to perform?
13) What specific technical skills does your company possess which ensure capability to perform the delivery and services?
14) What is the process for placing an order and what is the typical lead time?
15) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this Statement of Work (SOW) for five (5) year ordering period and 6-month extension.
16) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, UEI number, etc. Please provide your company's primary NAICS code to help us identify your role in the supply chain (e.g., manufacturer, wholesale distributor).
17) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women- Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern and SBA 8(a).
18) Please provide company website address, which provides any additional company information.
19) Please provide a detailed Capability Statement describing your company’s qualifications and experience as a prime contractor in performing the functional requirements outlined in the draft Statement of Work (SOW). The submission should specifically address your organization’s technical expertise, production capabilities, distribution capacity, and past performance related to the supply and management of Compressed Industrial, High-Purity, and Specialty Gases. Respondents shall describe their experience and working knowledge with the specific gases identified in the draft SOW. (Refer to the Draft SOW)
20) Is your company currently providing similar services to the Department of War (DoW), another government agency, or other non-government customers? If so, please identify the agency or non-government customer.
21) Has your company performed this type of effort or similar type of effort (to include size and complexity) in the past? If so, provide the Contract Number, Point of Contact (POC), e-mail address, phone number and a brief description of your direct support of the effort.
22) Identify the highest facilities security level your company currently holds.
23) Please describe your company’s capabilities to receive, store, manage inventory, and deliver Compressed Industrial, High -Purity, and Specialty Gases in accordance with the requirements of the draft Statement of Work (SOW). The response should address your organization’s capacity and processes for gas handling, delivery operations, cylinder management, rental services, and the provision of associated hardware and accessories. The estimated (5) year ordering period and 6-month extension from date of IDIQ award.
24) How do you manage fluctuations in our usage demand?
25) What is your process for placing orders?
The anticipated contract type is Firm-Fixed-Price (FFP), appropriate for requirements that are sufficiently defined at the task order level to permit accurate pricing by the contractor.
Upon evaluation of the capability statements, this requirement may be considered for a small business set-aside, pursuant to applicable regulations, allowing for full and open competition among eligible small businesses.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
No phone calls will be accepted by the Government regarding this notice.
All questions shall be submitted in writing to the Contract Specialist identified above. The Government is neither committed nor obligated to reimburse any costs incurred in providing the requested information, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.