Helium Recovery and Liquid Helium Generation System
ID: FA9101-25-SSHeliumRecoveryType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9101 AEDC PKP PROCRMNT BRARNOLD AFB, TN, 37389-1332, USA
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for a Helium Recovery and Liquid Helium Generation System to be utilized at the Arnold Engineering Development Complex (AEDC) in Tennessee. The objective of this procurement is to establish a closed-loop system that efficiently recovers and liquefies helium from gaseous exhaust, minimizing helium loss and ensuring automatic operation with user-friendly controls. This system is critical for maintaining advanced technological capabilities in aerospace applications, reflecting the government's commitment to effective helium management while minimizing environmental impacts. Interested parties must submit their responses, including company information and capability packages, by January 31, 2025, to the designated contacts, Andrew Waggoner and Erica Anglin, via email. Feedback on submissions may not be provided, and all information submitted will become government property.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the Helium Recovery and Liquid Helium Generation System at the Arnold Engineering Development Complex (AEDC) in Tennessee. The objective is to provide a closed-loop system designed to recover and liquefy helium from gaseous exhaust, ensuring minimal helium loss and automatic operation with user-friendly controls. Key components include an inflatable recovery bladder, recovery compressor, purification equipment, and a liquid helium generation unit capable of depositing helium into a vacuum jacketed dewar. Specifications detail equipment requirements such as storage capacities, operational limits, and testing protocols. Verification processes involve factory inspections, operational checkouts, and purity assessments by AEDC personnel. The document also emphasizes warranties, on-site technical support, and submission of various documentation, including installation manuals and test reports. The comprehensive framework ensures adherence to operational standards and efficiency in helium management while minimizing environmental impacts. This project reflects the government’s commitment to maintaining advanced technological systems for aerospace needs.
    The Arnold Engineering Development Complex (AEDC) at Arnold AFB, Tennessee, is issuing a Sources Sought Notice for suppliers capable of providing a Helium Recovery and Liquid Helium Generation System. This seeks to gather information on both small and large businesses interested in potentially fulfilling this requirement if it progresses to a procurement phase. The anticipated contract will likely be a firm-fixed-price purchase order, with delivery expected at Arnold AFB. Interested parties must submit their responses, which should include detailed company information, business size classifications, relevant codes, a brief capability package, and estimates regarding pricing and delivery timelines. This notice serves purely as market research and not as a formal solicitation; therefore, the government holds no obligation to award a contract based on responses. Feedback on submissions may not be provided, and all information submitted becomes government property. Responses should be submitted by January 31, 2025, via email to designated contacts, with assurances of confidentiality for proprietary information provided. The resulting market research may influence the method of procurement, which could range from single-source acquisitions to full competition.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NITROGEN GENERATOR
    Dept Of Defense
    The Department of Defense, specifically the Air Force Institute of Technology (AFIT), is seeking sources for a Nitrogen Generation System to supply clean and reliable nitrogen (N2) to multiple laboratories. The system must meet specific technical requirements, including a minimum nitrogen flow rate of 400 standard cubic feet per hour (scfh) at 99.5% purity and a nominal discharge pressure of 125 +/-25 psig, featuring a membrane-type generator with various operational controls and safety features. This procurement is crucial for supporting laboratory operations, including equipment supply and vacuum chamber applications. Interested parties must submit their capability statements electronically to the designated contacts by December 23, 2025, at 11:00 AM EST, and all submissions must adhere to specified formatting guidelines. For further inquiries, contact Danara Barlow at danara.barlow@us.af.mil or Jessica Stamper at jessica.stamper.2@us.af.mil.
    SOLE SOURCE – HELIUM LEAK DETECTOR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a helium leak detector through a sole source justification. This procurement is aimed at acquiring hazard-detecting instruments and apparatus, which are critical for ensuring safety and operational efficiency in various defense applications. The opportunity emphasizes the importance of specialized equipment in maintaining the integrity of systems that require precise leak detection capabilities. Interested parties can reach out to Alicia Dobbyn at alicia.a.dobbyn.civ@us.navy.mil or call 812-381-7260 for further details regarding this procurement.
    Metals Tech Gases
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for a contract to supply various industrial gases at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The requirement includes the provision of 300 cubic feet of Argon gas, 300 cubic feet of a 75%/25% Argon/Carbon Dioxide mixture, 200 cubic feet of Oxygen gas, and 225 cubic feet of Acetylene gas, as outlined under NAICS Code 325120 for Industrial Gas Manufacturing. This procurement is critical for supporting the operations of four EMS Metals Tech facilities, ensuring compliance with safety and regulatory standards for handling government-owned cylinders, as detailed in the attached draft Statement of Work. Interested parties are encouraged to submit a capabilities package demonstrating their qualifications and business status by contacting Alison Gandulla at alison.gandulla@us.af.mil or Glinnis Thompson at glinnins.thompson@us.af.mil, with all submissions due by the specified deadline.
    Nitrogen Generator System and Nitrogen Storage Banks
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Robins Air Force Base, Georgia, is seeking proposals for a Nitrogen Generator System and two High-Pressure Nitrogen Storage Banks. The procurement aims to acquire a compact nitrogen generation system capable of producing nitrogen at a minimum flow rate of 18 SCFM and a pressure of 4,500 psi, along with storage banks that meet specified capacity and footprint requirements. This equipment is critical for supporting various operational needs within the Air Force, ensuring efficient nitrogen supply for maintenance and other applications. Interested small businesses must submit their proposals by December 23, 2025, at 12:00 PM EST, and direct any questions to Elizabeth Haines or SSgt. Bobby Ballow via the provided email addresses.
    Compressed Gas
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is soliciting quotes for the procurement of various compressed gases, including liquid nitrogen, helium, carbon dioxide, argon, acetylene, and oxygen, to be delivered to Tinker Air Force Base in Oklahoma. The contract is set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and requires adherence to strict delivery protocols, including packaging standards, inspection, and acceptance at the destination. This procurement is critical for supporting operations at Tinker AFB, ensuring that essential gases are available for various applications. Interested contractors must submit their quotes by the specified closing date and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
    Single Liquid Helium Pump Contract Extension
    National Aeronautics And Space Administration
    NASA's Kennedy Space Center is seeking to extend the contract for a sole source Liquid Helium Pump, which is critical for supporting operations at the facility. This extension is justified under the Federal Acquisition Regulation 6.302-1, indicating that only one responsible source can fulfill the agency's requirements for this specialized equipment. The Liquid Helium Pump is essential for various aerospace applications, particularly in cryogenic environments. Interested parties can reach out to Brenda Teachworth at brenda.L.teachworth@nasa.gov or call 321-867-7449 for further details regarding this procurement opportunity.
    Nitrogen Generator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Nitrogen Generator, as indicated in a presolicitation notice from the FA8125 AFSC PZIMA office. This procurement is classified under the NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing, and the PSC code 6830, related to compressed and liquefied gases. The Nitrogen Generator is essential for various applications within the Air Force, and the contract will be awarded on a Firm Fixed Price basis, requiring all-inclusive pricing in quotes submitted by interested vendors. Interested parties should direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil, noting that no quotes will be accepted until the official solicitation is posted, with delivery expected at Tinker AFB, OK.
    VALVE ASSEMBLY, RELIEF
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking interested parties capable of supporting the procurement of the Valve Assembly, Relief (NSN 1560-01-472-0353). The government requires vendors who can provide all necessary labor, materials, facilities, and equipment for the new manufacture of this item, which is currently produced by RTX Corp. and Jansen's Aircraft Systems Controls, Inc. This procurement is critical for maintaining operational capabilities, and the estimated annual quantity needed is 40 units. Interested vendors must submit their capability responses by December 17, 2025, at 2:00 PM Eastern Standard Time, to Renee Griffin at renee.griffin@dla.mil, as this sources sought notice is intended to gauge market interest for future procurement opportunities.
    SPE4A726R0272,1660007358327,BELLOWS,PRESSURE,536849-15
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is conducting market research to identify potential sources for the procurement of pressure bellows, specifically part number 536849-15. The requirement entails the new manufacture of these components, which includes labor, materials, inspection, testing, and logistics management, with an estimated need for 37 units. This procurement is critical for maintaining aircraft systems, as the bellows play a vital role in aircraft air conditioning, heating, and pressurizing equipment. Interested parties are invited to submit their capability statements by December 15, 2025, to Renee Wassum at Renee.Wassum@dla.mil, as there is no solicitation at this time and the government will not provide feedback on submissions.
    Temperature Regulating Valve Repair (Applicable to the TH-1HHelicopter Program)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a firm-fixed-price contract to repair Temperature Regulating Valves (NSN 4820-00-931-2314GA) for the TH-1H Helicopter program. The contract encompasses a Basic Year and four one-year Ordering Periods, requiring the contractor to provide all necessary services, materials, and equipment for the repairs, which are critical for pilot training and combat search and rescue missions. The selected contractor must adhere to OEM specifications, maintain high-quality repair standards, and comply with various reporting and inventory management requirements, with the work to be performed at the contractor's facility in Warner Robins, Georgia. Interested parties should contact Teresa Smith at teresa.smith.16@us.af.mil or William D. Martin at william.martin.12@us.af.mil for further details.