SOLICITATION NOTICE
91 -- SPE60125R0304 GASEOUS NITROGEN VANDENBERG SFB CA
- Notice Date
- 7/18/2025 12:18:19 PM
- Notice Type
- Presolicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- DLA ENERGY AEROSPACE ENRGY-DLAE-M JBSA LACKLAND TX 78236 USA
- ZIP Code
- 78236
- Solicitation Number
- SPE60125R0304
- Response Due
- 8/4/2025 1:00:00 PM
- Archive Date
- 08/19/2025
- Point of Contact
- Willard RamseurDSN(210) 780-4869
- E-Mail Address
-
Willard.Ramseur@dla.mil
(Willard.Ramseur@dla.mil)
- Description
- GASEOUS NITROGEN DOCUMENT TYPE: INTENT TO SOLE SOURCE SOLICITATION: SPE601-25-R-0304 OFFICE ADDRESS: Defense Logistics Agency Energy, Aerospace Business Unit (DLA Energy-FEM), ATTN: Willard M. Ramseur, 1014 Billy Mitchell Blvd, San Antonio, Texas 78226 CLASSIFICATION CODE: 91 - LIQUID PROPELLANT FUELS AND OXIDIZERS, CHEMICAL BASE NAICS: 325120 PSC: 9135 POC: Jerome K. Sonnier, Contract Specialist, Phone: 210-935-0173 EMAIL: jerome.sonnier@dla.mil Willard M. Ramseur, Contracting Officer, Phone: 210-780-4869 EMAIL: willard.ramseur@dla.mil The Defense Logistics Agency Energy � Aerospace Energy intends to execute a sole-source procurement for the production and delivery of 1,199,720 MC's of Gaseous Nitrogen (GN2), NSN 9135-00-935-5863, Type I, Grade B, IAW MIL-PRF-27401G, dated 9 January 2024. The requirement also includes Tube Bank Trailers, Conversion Facility Fees, and Services related to launch support. Services related to launch support include environmental control system check, mobilization of distribution equipment for heavy lift requirements and travel and labor charges to support high flow events. Additionally, the Government reserves the right to modify this upcoming requirement. As stated under FAR 6.302-1, statutory authority for this contracting action is 10 U.S.C. 3204 (a)(1). The head of an agency may use procedures other than competitive procedures only when the property or services needed by the agency are available from only one responsible source or only from a limited number of responsible sources and no other type of property or services will satisfy the needs of the agency. The Government intends to award a five (5) year Firm Fixed Price Requirements-Type contract from 29 September 2025 � 28 September 2030. Using Federal Acquisition Regulation Part 12 Acquisition of Commercial Items subject solicitation will be issued on or about Aug/Sept 2025 and posted on the SAM.gov website at: www.sam.gov. All responsible sources may submit a capability statement, which shall be considered by the agency. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. It is the responsibility of interested vendors to monitor SAM.gov for amendments that may be issued to this solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. If you do not have internet access, a hard copy of the solicitation may be requested. Only written or emailed requests for solicitation received directly from the requestor are acceptable. All responsible sources may submit a proposal, which will be considered by the agency. All potential offerors should contact the contract specialist identified above for additional information and/or to communicate concerns. For questions regarding Small Business or Small Disadvantage Business affairs contact DLA Small Business Office at 703-767-9400.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9aba2b9997aa4747a3fdc9c4bb6a6159/view)
- Place of Performance
- Address: Lompoc, CA, USA
- Country: USA
- Country: USA
- Record
- SN07516263-F 20250720/250718230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |