Opportunity
SAM #20260003436
Bulk Medical Grade Helium, Carbon Dioxide, and CO2 Micro-Bulk Tank Rental for Naval Diving and Salvage Training Center
Buyer
NAVSUP FLC Jacksonville
Posted
April 27, 2026
Respond By
May 04, 2026
Identifier
20260003436
NAICS
221210, 325120, 493190, 424690, 532490
The Department of the Navy, through NAVSUP Fleet Logistics Center Jacksonville, is seeking small business sources for the delivery of bulk medical grade helium and carbon dioxide, as well as the rental and maintenance of CO2 micro-bulk storage tanks for the Naval Diving and Salvage Training Center (NDSTC) in Panama City, Florida. - Government Buyer: - Department of the Navy - Naval Supply Systems Command (NAVSUP), Fleet Logistics Center Jacksonville (FLCJ) - Naval Diving and Salvage Training Center (NDSTC) - Products/Services Requested: - Bulk medical grade helium (meeting MIL-PRF-27407 purity requirements) - Approximately 45,000 standard cubic feet per delivery - Up to two deliveries annually - Bulk medical grade carbon dioxide (CO2) - Approximately 68,000 lbs annually - Supports two pools - Rental of two 2,000-liter CO2 micro-bulk storage tanks - Tanks must include telemetry monitoring features - Includes maintenance and urgent repairs - Unique/Notable Requirements: - Telemetry monitoring required for CO2 tanks - Gases support dive training for over 1,200 joint service students annually - Maintenance and urgent repair services for CO2 tanks are part of the contract - OEMs/Vendors: - No specific OEMs or vendors are named in the solicitation - Period of Performance: - One-year base period with four one-year option periods - Place of Performance: - Naval Diving and Salvage Training Center, 350 South Crag Road, Panama City, FL 32407
Description
Source Sought Draft for deliveries of bulk medical grade gases & RENT of 2,000-liter CO2 micro-bulk storage tanks with a telemetry feature
This is a Sources Sought notice to determine the availability of potential small business sources for a tentative requirement to deliveries of bulk medical grade helium (HE), carbon dioxide (CO2) and the rental of a 2,000-liter CO2 micro-bulk storage tank with a telemetry feature attached at for Naval Diving and Salvage Training Center (NDSTC) Panama City, Florida. Additional detailed information is provided on the attached draft Statement of Work (SOW). As part of its market research, Naval Supply Systems Command (NAVSUP), Fleet Logistics Center Jacksonville (FLCJ) is issuing this Sources Sought notice to determine if there exists an adequate number of qualified interested small businesses capable of fulfilling this requirement as further described in the Draft SOW. The Government may use the responses to this notice for information and planning purposed. The Draft DraSOW describes only the currently contemplated possible scope of services and supplies and may vary from the work scope in a final SOW included in any Request for Quotations (RFQ).A Firm Fixed Price (FFP) non-personal services contract is anticipated. The period of performance is 1 September 2026 to 31 August 2027 with 4 option years.
The North American Industrial Classification System (NAICS) code for this acquisition is 221210 – Natural Gas Distribution. The Product Service Code (PSC) for this acquisition is 6835 – Medical Gas. Offerors possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this source sought notice via the submission of an executive summary, no more than five (5) pages in length. Responses must use twelve point Times New Roman font. In your response provide a brief description of the capability, resources, technical competencies and organizational experience relative to the key task areas. Standard brochures and/or paraphrasing of the Draft SOW will not be considered sufficient to demonstrate the capabilities of an interested party. The submissions should include the following information: 1) company name, address, and point of contact with corresponding phone number and e-mail address; 2) DUNS number, business size and classification; and 3) relevant corporate experience information. Relevant corporate experience information is defined as experience (within the past five years) that is of the same or similar services to that which is described herein and a technical description of ability to meet the requirement. The corporate experiences should include the applicable contract number, contract period of performance, a brief description of these services provided, and the relevancy of these services to the proposed requirement. This Source Sought notice is only for the purpose of identifying potential sources as a part of NAVSUPFLCJ’s market research. No RFQ exists; therefore, do not request a copy of the RFQ. Please restrict all responses to non-proprietary information. Responses to the notice will not be returned. Responders are NAVSUP FLCJ will not pay for information received in response to this notice. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to the Sources Sought notice. Do not submit pricing information in response to this RFI. All submissions are required to be submitted via e-mail to patrick.m.joiner.civ@us.navy.mil no later than 1200pm (EST) on 04 May 2026. Please direct any questions concerning this RFI to Patrick Joiner at patrick.m.joiner.civ@us.navy.mil