Helium Recovery and Liquid Helium Generation System
ID: FA9101-25-Q-B026Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Industrial Gas Manufacturing (325120)

PSC

GASES: COMPRESSED AND LIQUEFIED (6830)
Timeline
  1. 1
    Posted Apr 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Helium Recovery and Liquid Helium Generation System to be delivered to Arnold Air Force Base in Tennessee. The procurement aims to establish a closed-loop system capable of recovering gaseous helium and generating liquid helium, incorporating components such as an inflatable recovery bladder, recovery compressor, and a liquefaction system, while ensuring high purity levels of helium (≥ 99.999%). This system is crucial for enhancing operational efficiency and resource recovery within military operations. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by April 21, 2025, and can direct inquiries to Andrew Waggoner at andrew.waggoner.3@us.af.mil or Erica Anglin at erica.anglin@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 4:05 PM UTC
The document outlines the Statement of Work (SOW) for a Helium Recovery and Liquid Helium Generation System to be delivered to the Arnold Engineering Development Complex (AEDC), Arnold Air Force Base, Tennessee. The project aims to implement a closed-loop system that efficiently collects gaseous helium exhaust, compresses it, and liquefies it for operational use, minimizing helium loss. Key components include an inflatable recovery bladder, recovery compressor, purification system, and a liquid helium generation unit. The system design facilitates automatic operation with minimal supervision and ensures compliance with operational requirements, including pressure and flow rates. It mandates a one-year warranty and provision for technical support during installation. Verification procedures include factory testing and on-site inspections to ensure adherence to specified standards. The project ultimately enhances AEDC's capability in managing helium resources, critical for various scientific and engineering applications.
The document outlines the Statement of Work (SOW) for a Helium Recovery and Liquid Helium Generation System to be delivered to the Arnold Engineering Development Complex at Arnold AFB, Tennessee. The project's objective is to establish a comprehensive closed-loop system capable of recovering gaseous helium and generating liquid helium with minimal infrastructure modifications. The system features components such as an inflatable recovery bladder, compressor, purification unit, and a liquefaction system ensuring high purity levels of helium (≥ 99.999%). Key requirements include the automatic operation of the recovery and liquefaction processes, user control interfaces without wireless communication, and compliance with specific dimensional and performance standards. The document also mandates on-site technical support, warranty coverage for at least one year, and detailed submittal items like factory test reports and operational manuals. Verification involves factory testing and inspections by AEDC personnel upon delivery to ensure all requirements are met. Proper packaging and safe delivery protocols are also emphasized. This SOW is part of the federal government's initiative to enhance resource recovery and efficiency in their operations.
This document is a solicitation for a Women-Owned Small Business (WOSB) contract, focusing on commercial products and services. It includes essential fields such as requisition and contract numbers, award dates, submission details, and information about the issuing office. The solicitation outlines various categorization codes, such as those for economically disadvantaged women-owned small businesses and service-disabled veteran-owned small businesses, to promote diversity and inclusion in government contracting. Key information includes the offer submission deadline, contact details for the issuing office, delivery specifics, and payment terms. The document emphasizes that offers must comply with Federal Acquisition Regulation (FAR) terms and requires the contractor's agreement to supply the requested items. The process mandates the contractor's signature confirming their commitment and details for invoicing. Overall, the purpose of this solicitation document is to invite proposals from qualified women-owned small businesses for fulfilling government contract requirements, reflecting the federal commitment to support minority-owned enterprises within procurement opportunities.
The document outlines the question-and-answer interactions related to the FA910125QB026 RFP for a Helium Recovery and Liquid Helium System. Key topics addressed include the system's exhaust flow rate requirements, liquid helium production expectations, storage capabilities, and necessary purity levels for recovered helium. The answers clarify that the vendor must design a system capable of handling specified gaseous and liquid helium volumes while adhering to a closed-loop system concept. Additionally, the document emphasizes the importance of maneuverability in storage racks and the restriction on the liquefaction method to a pulse tube cryocooler. The solicitation evaluations prioritize the lowest price that meets all technical specifications without requiring additional features. The responses in the document reflect the government’s focus on achieving operational efficiency, system integration, and compliance with design constraints while ensuring a sustainable solution for helium recovery and management. Overall, the document serves as a detailed guide for potential vendors to understand the specific requirements and expectations of the government project.
The Department of the Air Force is soliciting quotes for a Helium Recovery and Liquid Helium Generation System under RFQ FA910125QB026. This system is essential for helium recovery, featuring components like inflatable recovery bladders, compressors, storage cylinders, and a liquefaction method. The competition is open to all vendors, adhering to the FAR's commercial provisions. The deadline for quote submission is April 21, 2025, with specific instructions provided for format and content. Technical solutions must meet the outlined requirements, including a detailed pricing structure aligned with the technical proposal. Selection will follow a Lowest Price Technically Acceptable (LPTA) method, ensuring vendors provide reasonable and balanced pricing. Key considerations for evaluation include technical material compliance, pricing transparency, and the necessity for being registered in the System for Award Management. The government emphasizes that no contractual obligations arise until formal approval, ensuring all parties are aware of the regulations and evaluation criteria involved in this procurement process. The document underlines the significance of vendor adherence to all specified clauses and provisions throughout the bidding process.
The Department of the Air Force is soliciting quotes (RFQ FA910125QB026) for a Helium Recovery and Liquid Helium Generation System from commercial suppliers, specifically tailored to meet military standards. The solicitation invites offers under the Federal Acquisition Regulation (FAR) framework and is designed for full competition. Key components of the required system include an inflatable recovery bladder, a recovery compressor, and equipment for liquefying gaseous helium. Responsible parties must ensure compliance with guidelines, including a technical solution that aligns with specific requirements outlined in the Scope of Work (SOW) attached to the RFQ. Quotes must be submitted by April 21, 2025, to designated Air Force officials, along with a technical plan, pricing breakdown, and confirmations of compliance with the Trade Agreement Act. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) methodology. Vendors are warned against submitting unbalanced pricing, as it may pose an unacceptable risk to the Government. The Government is not obligated to accept any submissions and will not cover any costs incurred by vendors in the quote development process. This RFQ reflects the Air Force's need for advanced helium systems essential to operational readiness and safety at Arnold Air Force Base, Tennessee.
Apr 17, 2025, 5:08 PM UTC
The document outlines the solicitation for a contract involving the procurement of a Helium Recovery and Liquid Helium Generation System, specifically targeting Women-Owned Small Businesses (WOSB). It includes critical contract details such as requisition and solicitation numbers, award dates, and contact information for inquiries. The contract involves delivery, pricing, and administrative administration requirements, with outlined item descriptions, including a primary line item for a Helium Recovery System and additional option line items for technical support and storage cylinders. The document emphasizes compliance with Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. It includes nuances regarding payment processing through electronic methods and requirements for unique item identification for delivered materials. The attached Statement of Work further outlines specific operational requirements. The purpose of this solicitation is to foster inclusive business opportunities for WOSBs while ensuring the government’s stringent procurement standards and regulations are met, reflecting a broader commitment to supporting small and disadvantaged businesses in federal contracting.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Helium Rehabilitation, Requalification, and Maintenance
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified vendors for a contract focused on helium rehabilitation, requalification, and maintenance of helium tube trailers. The primary objective of this procurement is to provide contracted labor services that will support the management and maintenance of operational needs related to tethered aerostat radar and tactical surveillance systems, which are crucial for monitoring illicit activities along the U.S.-Mexico border and surrounding areas. This initiative underscores CBP's commitment to maintaining effective surveillance capabilities while adhering to safety and regulatory standards as outlined by the U.S. Department of Transportation and CGA guidelines. Interested vendors must submit their responses to the Request for Information (RFI) by April 28, 2025, and can direct inquiries to Somer Nastick at somer.nastick@cbp.dhs.gov.
Facility Exhaust System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the design, procurement, and installation of a Facility Exhaust System at Arnold Air Force Base in Tennessee. This Request for Proposal (RFP) aims to establish a firm-fixed-price contract with a five-year ordering period, focusing on enhancing the capabilities for high-temperature materials testing through an efficient exhaust vacuum system. The project is critical for maintaining operational efficiency and compliance with environmental safety standards, requiring adherence to specific technical and performance criteria. Proposals are due by May 16, 2025, for the Past Performance volume and by June 2, 2025, for the remaining components, with all submissions to be made electronically via the Procurement Integrated Enterprise Environment (PIEE). Interested parties should contact Haley Smith at haley.smith.10@us.af.mil for further information.
Hydrogen Compressor / Gas Booster
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for a Compact Electric Hydrogen Compressor/Gas Booster under a total small business set-aside. The procurement requires a two-stage, electrically driven gas booster capable of compressing hydrogen, with specific performance specifications including a maximum inlet pressure of 4,200 psi and an outlet pressure of 12,500 psi, while adhering to safety standards outlined by the National Fire Protection Association (NFPA). This equipment is critical for applications involving hydrogen compression, which is increasingly important in various defense and energy initiatives. Interested vendors can reach out to Troy Haarala at troy.r.haarala.civ@army.mil or call 571-588-9334 for further details regarding the solicitation process.
Compressor Replacement and Desiccant Wall Mounted Air Dryer
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes from small businesses for the replacement of compressors and the installation of a desiccant wall-mounted air dryer at Wright-Patterson Air Force Base in Ohio. The procurement involves supplying two compressors and one air dryer, along with installation services, to enhance air supply efficiency for woodworking and automotive operations at the facility. This project is critical for maintaining operational efficiency and safety standards, as it includes the removal of existing units and the provision of operational training for staff. Quotes are due by May 6, 2025, at 10:00 AM EST, and interested vendors must register in the System for Award Management (SAM) to be eligible. For further inquiries, vendors can contact Jennifer Blackford at jennifer.blackford@us.af.mil or Raschelle Swindle at raschelle.swindle@us.af.mil.
NSWCCD Brand Name or Equal Liquid Nitrogen Generator with Chiller and Oxygen Sensor
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for the procurement of an IMTEK Cryogenics CNP60 Liquid Nitrogen Generator, complete with a chiller and oxygen sensor. This solicitation, identified as RFQ N0016725Q1034, is specifically set aside for small businesses under NAICS code 333248, which accommodates firms with a maximum of 750 employees, and aims to ensure the production of high-purity liquid nitrogen at a minimum rate of 60 liters per day. The equipment is crucial for supporting naval operations, emphasizing the government's commitment to maintaining operational readiness and compliance with safety standards. Interested vendors must submit their quotes by April 30, 2025, with inquiries directed to Michael Brodie at michael.s.brodie7.civ@us.navy.mil by April 23, 2025.
Bulk Gas and Cylinder Gas for Letterkenny Army Depot
Buyer not available
The Department of Defense is soliciting proposals for the supply of bulk and cylinder gases for the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement includes nitrogen gas, oxygen gas, laser-mix gas, and gas storage equipment rental, with a contract period spanning from May 28, 2025, to May 27, 2030. These gases are critical for fabrication operations, particularly in laser cutting and maintenance, and the contract emphasizes adherence to stringent safety, security, and environmental compliance protocols. Interested small businesses must submit their proposals by 4:00 PM on May 16, 2025, and can contact David T. Serotkin at david.t.serotkin.civ@army.mil or 717-267-5372 for further information.
OXYGEN BOOSTER PUMP
Buyer not available
The Department of Defense, specifically the Utah Army National Guard, is soliciting proposals for an Oxygen Booster Pump under a total small business set-aside contract. The procurement requires a brand-name product that meets specific technical characteristics, including the ability to fill multiple bailout bottles with aviators' breathing oxygen at designated pressures, and must be approved for Navy use. This equipment is critical for ensuring the operational readiness and safety of military personnel. Interested vendors must submit their quotes by 8:00 AM MST on May 16, 2025, to the contracting officer, William T. Brown, at william.t.brown68.civ@army.mil, and must be registered in the System for Award Management (SAM) to be eligible for award.
AFE Central Vacuum
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a central vacuum system to be integrated into the AFE/SERE facility at Offutt Air Force Base in Nebraska. The procurement includes essential components such as a vacuum unit, electrical control panel, tube manifold system, and hose kits, designed to efficiently manage fine particulate dust across multiple workstations. This system is crucial for maintaining operational readiness and ensuring a safe working environment within the military framework. Interested small businesses, particularly those that are women-owned, must submit their proposals by April 30, 2025, and can direct inquiries to primary contact Janiya Brown at janiya.brown.1@us.af.mil or secondary contact Brian Bilello at brian.bilello@us.af.mil.
99 CES Aeration Pump
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a SN10 Aeration Pump Motor Assembly and its installation at Nellis Air Force Base in Nevada. This request for quotation (RFQ) aims to replace an inoperable aeration system critical for providing potable water, requiring contractors to supply all necessary labor, equipment, and materials while adhering to industry standards and environmental regulations. The contract will be awarded based on a Lowest-Priced Technically Acceptable (LPTA) evaluation, with proposals due by April 28, 2025, and must be submitted electronically to the primary contact, SrA Donald Rhee, at donald.rhee@us.af.mil. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to review the attached Statement of Objectives for detailed requirements.
MISSILE MISHAP RESPONSE TEAM (MMRT) MOBILE AIR TRAILER
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals from small businesses for the procurement of a Mobile Air Trailer designed for the Missile Mishap Response Team (MMRT) at Hill Air Force Base, Utah. The primary requirement is for a custom enclosed trailer equipped with a cascade air system to supply and refill Self-Contained Breathing Apparatus (SCBA) during emergency situations. This procurement is critical for enhancing emergency readiness and operational efficiency, ensuring that the MMRT can effectively respond to incidents involving missile mishaps. Interested vendors must submit their proposals by May 12, 2025, with all inquiries due by April 25, 2025. Proposals should be directed to Contract Specialist Rachel Wright at rachel.wright.9@us.af.mil and Contract Officer Melissa Huston at melissa.huston.2@us.af.mil.