Posted: July 28, 2025, 3:11 p.m. EDT
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 60-month requirement for the delivery of Aviator Breathing Oxygen (ABO) & Liquid Nitrogen (LN2/NGA) and ancillary services to various locations in the Indo-Pacific Region into government and/or contractor provided tanks. Period of Performance is 01 April 2026 to 31 March 2031.
Product(s):
- Liquid Nitrogen, LNB (NSN 6830-01-644-2557), Type II, Class I, Grade B, shall meet the requirements of the most current version of CID A-A-59503D.
- Aviator Breathing Oxygen, ABO (NSN 6830-01-644-2463), Type II, shall meet the requirements of the most current version of MIL-PRF-27210J.
- Liquid Nitrogen, NGA (NSN 6830-01-666-3433), Type II, Grade A, shall meet the requirements of the most current version of CID A-A-59503D.
Related non-recurring Services:
a. Expedited/Emergency Delivery (EA) SE0000176
b. Detention Fee (EA) SE0000178
c. Fill Line Restriction Orifice (EA) SE0000180
d. Tank Hot Fill (EA) SE0000182
e. Installation of Equipment (EA) SE0000174
f. Removal of Equipment (EA) SE0000175
g. Tank Usage Fee (EA) SE0000171
h. Miscellaneous Services (EA) SE0000135
The Estimated Quantity for each site for Aviator Breathing Oxygen (ABO) is as follows: 65,000 UG6 for MCBH Kaneohe Bay, HI; 240,000 UG6 for Hickam AFB, HI; 200,000 UG6 for Andersen AFB, GU; 50,000 UG6 for BHC Iwakuni, JP; 290,000 UG6 for MCAS Iwakuni, JP; 30,000 UG6 for Yokota AB Hospital, JP; 180,000 for Yokota AB, JP; 50,000 UG6 for Misawa AB, JP; 200,000 UG6 for NAS Atsugi, JP; 265,000 UG6 for Kadena AFB, JP; 56,500 UG6 for MRTC Yokosuka, JP; 22,500 UG6 for Camp Foster, JP; 265,000 UG6 for Osan AB, KR; 125,000 UG6 for Kunsan AB, KR; 85,000 UG6 for Daegu AB, KR; 100,000 UG6 for Gimhae AB, KR; 105,000 UG6 for Gwang Ju AB, KR; and 80,000 UG6 for Suwon AB, KR.
The Estimated Quantity for each site for Liquid Nitrogen (LN2) is as follows: 30,000 UG6 for Joint Base Pearl Harbor, HI; 45,000 UG6 for MCBH Kaneohe Bay, HI; 250,000 UG6 for Hickam AFB, HI; 100,000 UG6 for Andersen AFB, GU; 50,000 UG6 for Naval Base Guam/Polaris Point; 260,000 UG6 for MCAS Iwakuni, JP; 120,000 for Yokota AB, JP; 50,000 UG6 for Misawa AB, JP; 100,000 UG6 for NAS Atsugi, JP; 120,000 UG6 for Kadena AFB, JP; 62,500 UG6 for Osan AB, KR; 43,000 UG6 for Kunsan AB, KR; 5,000 UG6 for Daegu AB, KR; 5,000 UG6 for Gimhae AB, KR; 5,000 UG6 for Gwang Ju AB, KR; and 5,000 UG6 for Suwon AB, KR.
The Estimated Quantity for Liquid Nitrogen (NGA) is as follows: 30,000 UG6 for Pearl Harbor Naval Shipyard BLDG 9, HI.
2. The Government intends to award Firm-Fixed Price Requirements type contracts using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation, as applicable. Award will be made to the Offeror determined to be the Best Value to the Government, price and other factors considered, using the Lowest Price Technically Acceptable Source Selection Process in accordance with FAR 15.101-2. The offeror is encouraged to submit their best and final offer, the Government reserves the right to award without discussion or negotiations.
3. The clauses and provisions shown throughout this solicitation and any resultant contract(s) that have only the 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.
4. THE OFFEROR MUST COMPLY WITH THE REQUIREMENTS LISTED IN SECTION L INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS AND ALL OFFERS WILL BE EVALUATED IN ACCORDANCE WITH EVALUATION FACTORS FOR AWARD, BOTH LOCATED IN Attachment I - Requirements Page .
5. Offerors are advised of the possibility that their proposals may be found unacceptable if exceptions are taken to the solicitation requirements. Clarification of Government requirements should be requested by the Offeror by submitting questions and/or recommended changes not later than 10 calendar days after issuance of the solicitation. All exceptions to the solicitation requirements (including the SOO) and supporting rationale shall be identified as such and consolidated into an overview section of subject volume. An overview section is only required if the Offeror takes exception to any requirement in the solicitation. The overview section will not be included in the page count. Exception(s) to solicitation requirements may require the Government to amend the solicitation to reflect requirement change(s). If the Offeror takes no exception to the stated requirements, a statement to this effect shall be included in the respective volume.
6. The Contracting Officer may request that a DLA Energy Quality Assurance Representative (QAR) perform a Pre-award Survey (PAS) in accordance with FAR Part 9.106-1 to ensure that the capabilities exist to support the requirement the offeror bid against, mitigating risk of non-performance due to lack of capability and may include an on-site review. If requested, the offeror and its employees, including those at the fill point and/or production facility, shall be required to participate fully in the PAS process. The DLA Energy Contracting Officer will discuss any PAS results recommended by the QAR that is other than "Recommend Full Award."
7. QUESTION AND ANSWER (Q&A) PERIOD: To encourage maxim participation on ALL line items of the SF 1449, a Q&A period has been established from issue date of Solicitation SPE601-25-R-0318 to 13 August 2025 by 3:00 PM Central Time Zone. All potential offerors are advised to ask any and as many questions as necessary to gain a clear understanding of the requirements for the submission of their proposal. No further questions will be accepted after the closing date/time. All questions should be emailed to Nelson.Vega@dla.mil and Jessica.Negron@dla.mil. Answers to questions received by the closing date will be consolidated and provided via an official amendment to the solicitation and posted in https://sam.gov/, if applicable. Extensions of closing date to an open solicitation are at the sole discretion of the Contracting Officer and will be issued via an amendment, if applicable.
8. TAXES AND FEE INFORMATION: Offerors shall not include in their offer prices, including in the prices of any subcontractor, any taxes from which the United States Government is exempt.
9. ALL OFFERS MUST BE RECEIVED NLT 27 August 2025 at 15:00 PM CST. All responsible sources may submit a proposal, which will be considered by the agency. All potential offerors are advised to check https://sam.gov frequently for any solicitation amendments (updated) and are reminded that they shall acknowledge in their prospective submitted proposals by completing the solicitation (SF1449 blocks 30a-30c) and amendment(s) (SF30 blocks 15a-15c) and submit to DLA Energy by email to Nelson.Vega@dla.mil and Jessica.Negron@dla.mil, prior to the solicitation closing date/time. Only emailed requests for the solicitation received directly from the requestor are acceptable. Any offer received after the closing dated will be considered "Late" and will be handled in accordance with FAR 52.212-1(f).
10. EVALUATION FACTORS FOR AWARD: Offerors are directed to FAR 52.212-2 ADDEDNDUM EVALUATION-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES listed in Attachment I, Requirements Page. The basis for award will be the lowest total evaluated price for the designated group of CLINs and/or customer locations, including options. Therefore, those participating are advised to submit their best prices with their initial offer. If the Contracting Officer determines that discussions are necessary, the Government will then evaluate proposals and award a contract after conducting discussions with Offerors whose proposal have been determined to be withing the competitive range.
11. POINTS OF CONTACT: For any clarification, explanation, or additional information about this solicitation, please contact via email: Nelson Vega, Contract Specialist, Nelson.Vega@dla.mil and Jessica Negron, Contracting Officer, Jessica.Negron@dla.mil.
12. For questions regarding Small Business or Small Disadvantage Business affairs should be addressed to the DLA Energy Small Business Office at dla.energy.osbp@dla.mil or 1-800-526-2601 / 703-767-9400.
13. OFFER SUBMISSION: All proposals must consist of a Price Proposal (See Attachment E Pricing Worksheet SPE60125R0318 ) AND Technical Proposal (requirements are found in Attachment I Requirements Page , starting on page 9) to be considered for award. When a Technical Proposal is required, two non-cost factors will be evaluated: 1) Technical Capability and 2) Past Performance.
14. PROPOSAL REQUIREMENTS, (see pages 7 through 9 of Attachment I Requirements Page) FAR 52.212-1 ADDEDNDUM INSTRUCTIONS TO OFFERORS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES.
15. All offerors must provide SUBMISSION OF PAST PERFORMANCE REFERENES (see Attachment D Contractor Performance Data Sheet )
15. 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.
16. ALL OFFERORS ARE TO COMPLETE ENERGY QAP 33.10 FOUND IN SOLICITATION ATTACHMENTS LOCATED IN ATTACHMENT C. FAILURE TO COMPLETE ENERGY QAP33.10 MAY DEEM SUBMITTED PROPOSAL INCOMPLETE AS TO NOT BE INCLUDED IN THE COMPETITIVE RANGE.
17. All potential offerors are advised to carefully review the solicitation, attachments and any subsequent amendments identified by solicitation number SPE601-25-R-0318.