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
    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
    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.
    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
    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.
    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.
    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.
    Purchase New Liquid Nitrogen Tank
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking qualified vendors to provide a new 1500-gallon liquid nitrogen tank along with a 1/2 dual final line assembly. The procurement includes the purchase, delivery, installation, and operational confirmation of the tank, which must meet specific requirements such as ASME compliance, pressure specifications, and vacuum insulation warranty. This equipment is critical for various operational needs within the Navy, emphasizing the importance of stringent cybersecurity measures and adherence to safety standards during installation. Interested vendors must submit their quotes by December 18, 2025, at 3:00 PM EST, with a maximum bid not to exceed $350,000. For further inquiries, vendors can contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    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
    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.
    FD2030-24-01396
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for an oxygen system, eject, identified by NSN 1660-01-534-4498BO. This opportunity involves the acquisition of parts related to aircraft air conditioning, heating, and pressurizing equipment, with a focus on the specific drawing number 1659879-1 and an EDL revision dated October 5, 2021. The goods are critical for maintaining operational safety and efficiency in military aircraft. Interested vendors should refer to the solicitation information for further details and await the approval of the contracting officer for quote submissions.
    SOURCES SOUGHT Air Cylinder Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a sources sought notice for a Blanket Purchase Agreement (BPA) to lease 146 air cylinders for use at 15 Missile Alert Facilities and the Missile Facility Maintenance Shop at F.E. Warren Air Force Base in Wyoming. The procurement aims to identify potential sources capable of providing the specified air cylinders, which include models designed for breathing air and other applications, with a focus on compliance with safety and environmental regulations. Interested parties are encouraged to submit capability statements detailing their qualifications and relevant business information to the primary contacts, Michelle Crenshaw and SSgt Rebecca Behne, by the specified deadline. This opportunity is part of the government's ongoing efforts to ensure operational safety and regulatory compliance in support of military operations.
    New Manufacture: B-52 COMPRESSOR UNIT, ROT / NSN 4310-01-711-1684FG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of new manufactured Compressor Units, Rotors (NSN: 4310-01-711-1684 FG) as outlined in solicitation SPRTA126R1820. The procurement aims to acquire an estimated 75 units, with delivery phased at 15 units per month from January to May 2027, highlighting the importance of these components in supporting military aircraft operations. Interested vendors must adhere to specific requirements, including Unique Item Identification for items over $5,000 and submission of inspection reports via Wide Area WorkFlow, with proposals due by January 5, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Kevin Howe at kevin.howe.1@us.af.mil.
    4130 SCROLL COMPRESSOR
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Puget Sound, is seeking proposals for the procurement of a brand-name 4130 Scroll Compressor from Danfoss Inc. This acquisition will be conducted on a brand-name basis, utilizing FAR Parts 12 and 13, and is set aside for small businesses under the SBA guidelines. The compressors are critical components for refrigeration and air conditioning systems, which play a vital role in various military operations. The solicitation is expected to be posted on the Sam.gov website around December 11, 2025, with quotes due by December 19, 2025. Interested parties should direct any inquiries to Lorraine Small at Lorraine.M.Small.CIV@us.navy.mil.