Skip to content
Department of Defense

SPE60126R0303 9.1C MIDWEST REGION

Solicitation: SPE60126R0303
Notice ID: 6ce5b587c19d4002b73f00e3c40de363
TypeSolicitationNAICS 325120PSC6830DepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateTXPostedFeb 19, 2026, 12:00 AM UTCDueMar 20, 2026, 08:00 PM UTCCloses in 26 days

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: TX. Response deadline: Mar 20, 2026. Industry: NAICS 325120 • PSC 6830.

Market snapshot

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

12-month awarded value
$311,683,164
Sector total $1,190,851,127 • Share 26.2%
Live
Median
$292,451
P10–P90
$292,451$292,451
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
26.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($311,683,164)
Deal sizing
$292,451 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 TX
Live POP
Place of performance
Not listed
State: TX
Contracting office
Jbsa Lackland, TX • 78236 USA

Point of Contact

Name
Kelli Boles
Email
kelli.boles@dla.mil
Phone
Not available
Name
Willard RamseurDSN
Email
Willard.Ramseur@dla.mil
Phone
210) 780-4869

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
DLA ENERGY
Office
DLA ENERGY AEROSPACE ENRGY-DLAE-M
Contracting Office Address
Jbsa Lackland, TX
78236 USA

More in NAICS 325120

Description

This is a Request for Information (RFI)/Sources Sought notice issued by the Defense Logistics Agency (DLA) Energy Aerospace – San Antonio, Texas. This is NOT a solicitation for proposals. No awards will be made from the responses to this announcement. However, responses may be used to determine the appropriate acquisition strategy for a potential future procurement. This notice issued by DLA Energy is to identify potential sources and solicit industry to express their capability and interest to provide Oxygen (ABO) and Liquid Nitrogen (LNB), personnel, materials, supplies, management, engineering, tools, equipment, services, and labor necessary for accomplishing these requirements. The Government may contract for all, some, or none of the below, however it still is requesting sources for a potential requirement.

SCOPE OF REQUIREMENTS:

The potential source shall provide all products, materials, supplies, management, tools, equipment, transportation, and labor necessary for the delivery of products on a f.o.b. Destination basis into Customer/Government-Owned tanks and trailers.

PRODUCTS:

  1. Aviator Breathing Oxygen (ABO), Type II, NSN 6830-01-644-2463, shall meet the requirements of the most current version of MIL-PRF-27210J.
  1. Technical Nitrogen (LNB), Type II, Grade B, NSN 6830-01-644-2557, shall meet the requirements of the most current version of Commercial Item Description (CID) A-A-59503D. 

One copy of the Certificate of Analysis (COA) for each sample required by the specification shall be submitted by the Contractor as an attachment to Wide Area Workflow (WAWF).  In addition, the Contractor shall include a copy of COA to accompany each delivery to be provided to acceptor at delivery destination. 

The unit of issue for ABO and LNB is UG6 (gallons) for all documentation.

    RELATED SERVICES:

  1. Expedited/Emergency Delivery – 6830-SE0000176, 9135-SE0000177
  2. Detention Fee – 6830-SE0000178, 9135-SE0000179
  3. Fill Line Restriction Orifice – 6830-SE0000180, 9135-SE0000181
  4. Tank Hot Fill – 6830-SE0000182, 9135-SE0000183
  5. Equipment Usage Fee – 6830-SE0000223, 9135-SE0000
  6. Installation of Equipment – 6830-SE0000174
  7. Removal of Equipment – 6830-SE0000175
  8. Tank Usage Fee- 6830-SE0000171, 9135-SE0000172

Please note that Service CLINs will defer per location.

PRODUCT ORDERING:

The DLA Energy Contracting Officer shall issue Blanket Delivery Orders (DD Form 1155) for obligation of funds for shipments to be scheduled during that specific timeframe by the Delivery Scheduler. The individual shipments requested by the Delivery Scheduler will designate the specific quantity to be delivered at the customer location specified in the contract.

The Contractor shall provide DLA Energy a list of personnel available on a 24-hour a day basis to take orders from the Delivery Scheduler, as well as delivery information/status on the order. The list shall include full name, office phone number, cell number and email. DLA Energy shall be notified of changes in contact personnel, phone numbers and email addresses.

PRODUCT DELIVERY:  

For routine deliveries, product shall be delivered within 7 calendar days and for expedited deliveries, within 3 calendar days after receipt of an order from the appointed Delivery Scheduler. After an emergency delivery order is placed, contractor shall coordinate delivery time and acceptance of emergency deliveries with the customer. Weekends and federal holidays are excluded from calendar days. Delivery hours will vary by location.

GOVERNMENT-OWNED TANKS

No. of Tanks                                                                                                        

25                            Government-Owned Tanks at Various Locations

CUSTOMER-OWNED TANKS

No. of Trailers                                                                                                     

2                              Contractor-Owned Tank at Various Locations

CUSTOMER/GOVERNMENT-OWNED TRAILERS/VESSELS

No. of Trailers                                                                                                     

10                            Government-Owned Trailers at Various Locations

POTENTIAL LOCATIONS:

  1. 149th Lackland AFB, TX
  2. 433rd Lackland AFB, TX
  3. Dyess AFB, TX
  4. Ellington ANG, TX
  5. Holloman, AFB, NM
  6. Laughlin AFB, TX
  7. Minot AFB, ND
  8. NAS Fort Worth, TX
  9. Offutt AFB, NE
  10. Peoria AFB, IL
  11. Randolph AFB, TX
  12. Scott AFB, IL
  13. Sheppard AFB, TX
  14. Sioux Falls ANG, SD
  15. St. Joseph ANG, MO
  16. Tulsa ANG, OK
  17. Whiteman AFB, MO
  18. Wyoming ANG, WY
  19. NAS Corpus Christi, TX

METHOD OF MEASUREMENT:

Quantity determination to be performed by use of a truck mounted calibrated flow meter.

INSPECTION AND ACCEPTANCE:

Inspection for quality shall be performed at origin. Quantity determination and acceptance shall be at destination. The contractor shall obtain the customer signature for delivery at each location for acceptance of quantity. A copy of the signed quantity acceptance document must be attached to the invoice submittal for payment.

SECURITY REQUIREMENTS:

Delivery personnel shall be U.S. citizens. In addition, delivery personnel must possess a state or federally issued photo ID that displays the driver’s full name and date of birth. Deliveries to Military installations will require delivery personnel provide social security number and be subjected to background checks. The driver may also be required to provide proof of insurance and vehicle registration. Some locations will require delivery personnel be escorted while making deliveries. All delivery vehicles are subject to search by security personnel prior to accessing delivery location and while on each facility. In accordance with the Real ID Act of 2005, starting May 7, 2025, access to federal facilities requires a “REAL ID”. If Driver’s License is not “REAL ID” Act compliant, contractor must present an acceptable second form of identification (i.e. U.S. passport, passport card, military ID, etc…). NOTE: Additional security requirements may vary by location.

ANTICIPATED PERIOD OF PERFORMANCE:

This potential requirement has an estimated five (5)-year requirement, 1 July 2026 through 30 June 2031.

ANTICIPATED CONTRACT TYPE:

Requirements type contract.  The Government will not lock into a fixed quantity, but all Oxygen (ABO), Liquid Nitrogen (LNB) needed to support these locations will be pulled under award of this contract/contracts.

CAPABILITY STATEMENT:

Interested qualified organizations should submit a capability statement for this requirement addressing the areas below. Statements should include an indication of current business size and a list of available ancillary services available as well as any technical information believed to be useful to the Government. The capability statement at a minimum shall address the potential vendor’s ability of the following:

  1. Capability to fully meet the specification
  2. Capability to perform all the sampling/testing requirements listed in the specifications
  3. Capability and willingness to allow government quality assurance inspectors access to supplier production/load-out plant to conduct quality assurance assessments as needed
  4. Statement of ability to meet needs for the DLA Customer
  5. Capability for a potential Federal Government Contract, your company must be registered in the System for Award Management (SAM) Https://www.sam.gov/portal/SAM/#1. Is your company registered in SAM, and if so, what is your company’s cage code and Duns#. If your company is not currently registered in SAM, are you willing to register in the SAM system?
  6. Confirmation that you have the ability to produce and deliver Oxygen (ABO) and Liquid Nitrogen (LNB).

SUBMISSION INSTRUCTIONS:  

All capability statements sent in response to this Sources Sought notice should be submitted to Kelli Boles, Contract Specialist at kelli.boles@dla.mil and Contracting Officer Willard Ramseur, at Willard.ramseur@dla.mil.  All responses must be received by 26 September 2025.

DISCLAIMER AND IMPORTANT NOTES:

This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. Respondents will be added to the prospective offerors list for any subsequent solicitation. However, responses to this notice will not be considered adequate responses to a solicitation.

CONFIDENTIALITY:

No classified, confidential, or sensitive information should be included in your response. All proprietary information should be marked as such.

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

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.