Skip to content
Department of Defense

Solicitation for Various U.S. Midwest Region Location Part 1

Solicitation: SPE60126R0304
Notice ID: a4ff6aefe7cd45d6add17eddfb3ff6a2
TypeSolicitationNAICS 325120PSC6830Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Logistics AgencyStateTXPostedFeb 20, 2026, 12:00 AM UTCDueMar 02, 2026, 09:00 PM UTCCloses in 8 days

Solicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: TX. 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.

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
Dwg, Texas • 78236 United States
State: TX
Contracting office
Jbsa Lackland, TX • 78236 USA

Point of Contact

Name
Matthew Simkovsky
Email
matthew.simkovsky@dla.mil
Phone
Not available
Name
Leno Smith
Email
leno.smith@dla.mil
Phone
Not available

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

SOLICITATION MODIFICATION 0005

The purpose of this solicitation modification is to provide necessary changes as indicated below. All other terms and conditions remain unchanged.

------------------------------------------------------------------------------------

SOLICITATION MODIFICATION 0004

The purpose of this solicitation modification is to provide necessary changes as indicated below. All other terms and conditions remain unchanged.

------------------------------------------------------------------------------------

SOLICITATION MODIFICATION 0003

The purpose of this solicitation modification is to provide necessary changes as indicated below. All other terms and conditions remain unchanged.

------------------------------------------------------------------------------------

SOLICITATION MODIFICATION 0002

The purpose of this solicitation modification is to provide necessary changes as indicated below. All other terms and conditions remain unchanged.

------------------------------------------------------------------------------------

SOLICITATION MODIFICATION 0001

The purpose of this solicitation modification is to provide (1) answers to questions and (2) make necessary changes as indicated below. All other terms and conditions remain unchanged.

------------------------------------------------------------------------------------

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):

  1. Aviator Breathing Oxygen, Type II, NSN 6830-01-644-2463 meeting the requirement of MIL-PRF-27210J or the most current version
  2. Liquid Argon, Type II, Grade A, NSN 9135-01-649-5576 meeting the requirement of MIL-PRF-27415D or the most current version
  3. 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
  4. 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
  5. Technical Nitrogen, Type II, Grade B, NSN 6830-01-644-2557, meeting the requirement of CID A-A-59503D or the most current version
  6. Oxygen Propellant, Type II, Grade A, NSN 9135-01-665-3259, meeting the requirement of MIL-PRF-25508J or the most current version
  7. 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:

  1. Expedited/Emergency Delivery (EA) – SE0000176 or SE0000177
  2. Detention Fee (EA) – SE0000178 or SE0000179
  3. Fill Line Restriction Orifice (EA) - SE0000180 or SE0000181
  4. Tank Hot Fill (EA) - SE0000182 or SE0000183
  5. Tank Usage Fee (EA) - SE0000171 or SE0000172
  6. Installation of Equipment (EA) - SE0000162 or SE0000174
  7. Removal of Equipment (EA) - SE0000163 or SE0000175
  8. Equipment Usage Fee (EA) - SE0000223 or SE0000224
  9. Equipment Usage Fee with Telemetry (EA) - SE0000224

Locations:

  1. Sioux City Army National Guard (ANG), Iowa
  2. Tinker Air Force Base (AFB), Oklahoma (5 locations)
  3. Peterson AFB, Colorado
  4. Montana ANG, Montana
  5. St Paul ANG, Minnesota
  6. Vance AFB, Oklahoma
  7. White Sands Missile Range, New Mexico
  8. Cannon AFB, New Mexico
  9. Altus AFB, Oklahoma
  10. Buckley ANG, Colorado
  11. Little Rock AFB, Arkansas
  12. Kirtland AFB, New Mexico
  13. 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.

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.