Navigate the lattice: hubs for browsing, trends for pricing signals.
NOTICE TO OFFERORS:
1. The Defense Logistics Agency Energy (DLA Energy), as the Department of Defense (DOD) Integrated Material Manager (IMM) for Aerospace Energy products and related services has a five-year requirement for delivery of Liquid Oxygen: Aviator Breathing Oxygen (ABO), Type II, NSN 6830-01-644-2463, MIL-PRF-27210; Oxygen Propellant (LOX), Grade A, NSN 9135-01-665-3259, MIL-PRF-25508; Oxygen Propellant (LOX), NSN 9135-01-665-3235, MIL-PRF-25508; and Liquid Nitrogen: Nitrogen Propellant Pressurizing Agent (LN2), Type II, Grade B, NSN 9135-01-665-3253, MIL-PRF-27401; Technical Nitrogen (LN2), Type II, Grade B, NSN 6830-01-644-2557, Commercial Item Description (CID) A-A-59503 to multiple locations WEST PPN 9.1D. The requirement is for an estimated quantity of 1,230,000 UG6 (Gallon) of ABO, 97,150 TN (Ton) of Liquid Oxygen, 40,000 TN of Liquid Nitrogen and 943,000 UG6 of Liquid Nitrogen. The following associated service CLINS will be included for Expedited/Emergency Delivery, Detention Fee, Fill Line Restriction Orifice, Tank Hot Fill, Installation of Equipment, Removal of Equipment, Equipment Usage Fee, and Facility Conversion Fee. Contractor shall provide all materials, supplies, product, management, tools, equipment, transportation, and labor necessary to deliver the products f.o.b. Destination into Government/Customer-owned tanks and Customer-owned trailers. Period of performance is 01 July 2026 to 30 June 2031 and will include the option to extend for up to 6 months, 01 July 2031 to 31 December 2031.
2. The clauses and provisions shown throughout this solicitation and any resultant contract(s) that have only clause/provision number, title, and date, and as such, are not shown in full text, are hereby considered to be incorporated by reference in accordance with FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE or FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE, as applicable.
3. THE OFFEROR MUST COMPLY WITH THE REQUIREMENTS LISTED IN ADDENDUM TO FAR 52.212-1 INSTRUCTION TO OFFERORS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES, ADDENDUM TO 52.212-2 EVALUATION – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES, AND ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES.
4. PLACING ORDERS: The Contractor shall use DIBBS to receive orders. Contractors must register in DIBBS to obtain a login account at https://www.dibbs.bsm.dla.mil/. The login account will allow a contractor to register a primary and alternate email address for notifications. All contractors must have an active System for Award Management (SAM) account in https://sam.gov/ to register for DIBBS.
5. POINTS OF CONTACT: For any clarification, explanation, or additional information about this solicitation, please contact sarah.ramseur@dla.mil and leno.smith@dla.mil.
6. For questions regarding Small Business or Small Disadvantage Business, affairs should be addressed to the DLA Energy Small Business Office via email at dlasbir2@dla.mil.
7. All potential Offerors are advised to carefully review the solicitation, attachments and any subsequent amendments identified by solicitation number SPE60126R0302.
8. All Offerors are advised to insert the CAGE CODE (5-digit alphanumeric code) in Block 17a of the Standard Form 1449, in the box labeled “CAGE CODE”.
9. All CLINs per location will be awarded to only one Offeror. Therefore, in order to be eligible for award, an offer must include all CLINs at a location.
10. OFFERORS ARE HEREBY INFORMED THAT SF 1449 SERVES SOLELY AS THE OFFICIAL FORM FOR ACKNOWLEDGING AND SUBMITTING YOUR OFFER. IT IS IMPERATIVE THAT YOU DO NOT INCLUDE ANY INFORMATION ON SF 1449 THAT REQUIRES EVALUATION AS PART OF YOUR TECHNICAL OR PRICE PROPOSALS. YOUR COMPREHENSIVE PROPOSAL, AS OUTLINED IN ATTACHMENTS J AND K OF THE SOLICITATION, SHOULD BE SUBMITTED AS SEPARATE, CLEARLY LABELED DOCUMENTS. PROPOSALS SHOULD CONTAIN A DOCUMENT THAT ACTS AS A TABLE OF CONTENTS THAT LISTS ALL PROPOSAL DOCUMENTS. FAILURE TO ADHERE TO THESE INSTRUCTIONS MAY RESULT IN YOUR PROPOSAL BEING DEEMED NON-RESPONSIVE.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 325120 (last 12 months), benchmarked to sector 32.