Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2025 SAM #8640
SOLICITATION NOTICE

91 -- SPE60125R0317 Liquid Argon (ALW&LAA) Anniston AD and Robins AFB

Notice Date
7/21/2025 1:20:44 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
SPE60125R0317
 
Response Due
8/3/2025 2:00:00 PM
 
Archive Date
08/18/2025
 
Point of Contact
Carrie Harmon, Leno Smith
 
E-Mail Address
carrie.harmon@dla.mil, leno.smith@dla.mil
(carrie.harmon@dla.mil, leno.smith@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SYNOPSIS LIQUID ARGON (ALW & LAA) SOLICITATION: SPE601-25-R-0317 DOCUMENT TYPE: PRE-SOLICIATION NOTICE OFFICE ADDRESS: Defense Logistics Agency Energy Aerospace Business Unit (DLA Energy-FEM) ATTN: Carrie Harmon 1525 Wurtsmith Street, BLDG 5730 San Antonio, Texas 78226 CLASSIFICATION CODE: 68-Chemicals and Chemical Products NAICS CODE: 325123 FSC CODE: 6830 & 9135 POC: Carrie Harmon, Contract Specialist, EMAIL: carrie.harmon@dla.mil Leno Smith, Contracting Officer, EMAIL: Leno.Smith@dla.mil INTRODUCTION: This pre-solicitation notice issued by the Defense Logistics Agency (DLA) Energy-FEM- San Antonio, Texas. This is NOT a solicitation for proposal. No awards will be made from the responses to this announcement. 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): Liquid Argon, (ALW), Grade LW, 99.997% (NSN 6830-01-649-9659), shall meet the requirements of Grade LW of DLA Energy Purchase Description, ENGERGY-015265174, unless waivered. 2. Liquid Argon, (LAA), Type II, Grade A, (NSN 9135-01-649-5576), shall meet the requirements of MIL-PRF 27415D, 28 Feb 2023 or the most current version. Related non-recurring Services: Installation of Equipment (EA) � SE0000162 Removal of Equipment (EA) � SE0000163 Expedited/Emergency Delivery (EA) � SE0000177 Detention Fee (EA) � SE0000179 Fill Line Restriction Orifice Fee (EA) � SE0000181 Tank Hot Fill (EA) � SE0000183 Equipment Usage Fee (EA) � SE0000224 Expedited/Emergency Delivery (EA) � SE0000176 Detention Fee (EA) � SE0000178 Fill Line Restriction Orifice (EA) � SE0000180 Tank Hot Fill (EA) � SE0000182 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 Anniston Army Depot, AL and Robins Air Force Base, GA into government owned tanks. Period of performance is 01 July 2026 to 30 June 2030. The estimated quantity for Liquid Argon at Anniston Army Depot, AL is 756,692 gallons and Liquid Argon at Robins Air Force Base, GA is 560,000 gallons. Offers must be able to provide the Liquid Argon product 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. 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: a. Capability to fully meet the specification b. Capability to perform all the sampling/testing requirements listed in the specifications c. Capability and willingness to allow government quality assurance inspectors access to supplier production/load-out plant to conduct quality assurance assessments as needed. d. Statement of ability to meet needs for the DLA Customer e. 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 SAM, and if so, what is your company's cage code and Duns #? If your company is not currently registered in SAM, would you be willing to register in the SAM system? f. Confirmation that you have the ability to produce and deliver Liquid Argon (ALW) and (LAA). SUBMISSION INSTRUCTIONS: The Government intends to award a Firm Fixed-Price Type Requirements Contract with a four-year (4) period of performance using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items procedures. Subject solicitation will be issued on or about August 2025. For additional information and/or to communicate concerns, please contact carrie.harmon@dla.mil or Leno.Smith@dla.mil. For questions regarding Small Business or Small Disadvantage Business affairs, contact DLA Small Business Office at 571-767-9400.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3e8cbd80cab2492297ed478654f678f6/view)
 
Place of Performance
Address: JBSA Lackland, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN07517934-F 20250723/250721230047 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.